Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Back-Up Documents
ACCESSING COMPETED CO-OP and GOVERNiIENTAL CONTRACTS CHECK LIST CONTRACT NO.: 0,9C/L/— 4l1 PROCUREMIE\T CONTRACTING OFFICER: I,7/ 1 / 1, Cif Zt DATE SUBMITTED: 10/i 6q/2c/'' TITLE: /Li; 47.i-2,1/ / ,� 't �` l,i(''/:i Accessing Co-ops and Governmental Contracts Package All Accessing of contacts must be reviewed and approved by the Department Director with signature below, Procurement Documents — to be included in Approval Package 'Award Summary Form for Director or City Manager (if applicable) a Agenda Item Summary Form (for Commission Approval — if applicable) 7-`Resolution (for Commission Approval — if applicable) ❑ Copy of this checklist signed by the Director Co-op/Governmental Agency Documents — to be included in Approval Package ▪ Copy of Tally/Evaluation Results (score sheets, ranking or summary) O Copy of Contract's Advertisement & Distribution information ❑ Copy of Contract/Solicitation Being Accessed Copy of Award Sheet/Approval Documents O Copy of Proposal/Bid NOTES: 67;1/(!'1 �t.l;—r-1 .i' rit�'cr' 1_4'67) /1)//1/17 APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. Q NOT APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, p\licies and procedures. Anniel er'rCPPO Director, Department of Procurement 1a/8/14 APPENDIX A — TABULATED RESULTS FIB-2014-002 AMORED CAR SERVICES TRANSVALUE, INC. LOOMIS ARMORED US Item Description Annual Estimated Pick-ups UJM Unit cost Total Unit cost Total_ 1 Cosi per pick-up Monday -Friday 2,460 each $17,00 $41,820.00 $55.00 $135,300,00 2 Cosi per pickup (After Hours, Weekend and Holidays 660 each $17.00 $11,560.00 $49.00 $33,320.00 3 One time set-up cost if any 1 each $0.00 $0.00 $0.00 $0.00 4 12"x16" tamper evident bag (indicate cost if anY) 1,000 each $0.32 $320.00 $ 0.60 $600.00 Total 1-4 $53:700 ,00 $169,220,00 Quantities shown are estimated. ublic Purchase,: k } ° .1 I ,V ,.r 1 - •' had Irj-9a1�-� ° a.nis uk' The City of Miami Beach, Florida Procurement Division 1700 Convention Carter Drive Miami Beach, Florida 33139 305-673-7490 www.miarn beachfl.gov/ 73-7 f]r ATTENTIONALLVENDORS The Procurement Division of the City of Miami Beach, Florida is pleased to announce a partnership with Public Purchase, Public Purchase is a web -based service that allows the distribution of competitive solicitations and quotes to maximize the number of potential venders reached by governmental agencies through an easy to use e-Procurement system. If you would like to be noti- fed of available competitive solicitations and quotes re- leased by the City of Miami Beach, Florida, you must • register your company through Public Purchase w w publicourchese,com, Registration is easy and wit only take a few minutes, Public Purchase provides the most comprehensive and easy to use web -based e-Procurement System designed exclusively for use by govern- ment agencies and their vendors. The system is compliant with all regulations which set forth the required procedures for public procurement notifications. Go to vv w.publicourchase.com today to register your company to receive competitive solicitations and quotes fro+rn the City cf Miami Beach, Florida. Don't forget that once your registration with Public Purchase is complete and activated, you will then be re- quired to register with the City of Miami Beach by using the same link and clicking on the "Register with Agency" on the top right hand side of the screen. The City of Miami Beach will require you to complete two (2) steps in renewing or begin- ning your registration, 1) You will need to select the NIGP commodity code(s) that relate to your business so you can receive email notifications of future bid opportunities. 2) You will be prompted to fill out a W-9 for the City's records. These steps will be auto- mated if you follow the process outlined above, Should you have any questions regarding this new system or registration, please visit the above link or contact The Public Group at suaportcpublicpurchase.com or 1-800- 591-5546. Of course, you may always contact the City of Miami Beach, Procurement Division, at 305-673-7490, We look forward to providing you with increased business opportunities, clear communi- cation, less paperwork, and a simplified bidding and quoting process for everyone in- volved. We appreciate your cooperation and welcome your participation. /\/\iAt\AI BAC H FRE-BI.i SIGN -IN SHEET DATE: `Ocfo er 23, 2013 !TB No.: 2014-O02-MFR TITLE: ARMORED CAR SERVICES 'ELEVATORS °RENOVATION LOCATION: 'CITY HALL -- Ciiy Manager's Small Corr erence Room NAME (PLEASE PRINT) COMPANY NAME - E-MAIL ADDRESS 1 PHONE# (Required) FAX# (OpPional) Marla Fernar�d�z Rubio vo City of Miami Beach -Procurement 30:7-673.700O x- 3.0'5-394-4003 6263 raft;rrandezrubio@miarnibeach-fl.gov (. A4 taw ( a2,c-A - r.f. Aapto, '*)-S--(-- b7,' -7671; ___ L., � jj —cur S L Mitt NN I' E3.cm_1-1 7 c)0 (11)i i'Cl I.5iOS -0 3- ?<.)-0,5 r ti 'L ci az 4 �h S f P` .,L‘.)324cri y oa,,, c,m \ear , A fC 6 `I.� o C'.%i.d.'e•N alai' ' ',d °d4i 0' ,.w''"iy"imv i. rat $ 1 `J(1n/\ t 6� . �y f/ / r�} of . 11 I i4, C 6 1 f {.4 . Do/ hcl7 C11 D Yod. cbili c { MIAMIBEACH TITLE: CONTRACT NO.: EFFECTIVE DATE(S): SUPERSEDES: CONTRACTOR(S)- CITY OF -MIAMI BEACH CERTIFICATION OF CONTRACT For Armored Car Services 2014-002-ITB-MF This Contract shall remain in effect for three (3) years from date of Contract execution by the Mayor and City Clerk, and may be renewed, at the sole discretion of the City, though it's City Manager, for three (3) additional years, on a year-to-year basis, upon mutual agreement between the two parties. N/A Transvalue, Inc. ESTIMATED ANNUAL CONTRACT AMOUNT: $52,360 A. AUTHORITY - Upon affirmative action taken by the Mayor and City Commission of the City of Miami Beach, Florida, on January 15, 2014, for approval to award a contract, upon execution between the City of Miami Beach, Florida, and Contractor. B. EFFECT - This Contract is entered into to provide for armored car services pursuant to City Invitation to Bid No. 2014-002-ITB-MF and any addenda thereto (the ITB), and Contractor's bid in response thereto (this Contract, the ITB, and Contractor's bid in response thereto may hereinafter collectively be referred to as the ''Contract Documents"). C. ORDERING INSTRUCTIONS - All blanket purchase orders shall be issued in accordance with the City of Miami Beach Department of Procurement Management policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All blanket purchase orders shall show the City of Miarni Beach Contract Number 2014-002-ITB-M F. D. CONTRACTOR PERFORMANCE - City of Miami Beach departments shall report any failure of Contractor's performance (or failure to perform) according to the requirements of the Contract Documents to City of Miarni Beach, John Reber, Parks and Recreation Director at 305-673-7000 ext. 6643. INSURANCE CERTIFICATE(S) - The Contractor shall fife Insurance Certificates, as required, which must be signed by a Registered Insurance Agent licensed in the State of Florida, and approved by the City of Miami Beach Risk Manager, prior to delivery of supplies and/or commencement of any services/work by Contractor. f`. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by Contractor without the prior written consent of the City. In addition, Contractor shall not subcontract delivery of supplies, or any portion of work and/or services required by the Contract Documents without the prior written consent of the City, 1 Certification of Contract Contractor warrants and represents that all persons providing/performing any supplies, work, and/or services required by the Contract Documents have the knowledge and skill}, either by training, experience, education, or a combination thereof, to adequately and competently provide/perform same, or services to City's satisfaction, for the agreed cornpensation. Contractor shall provide/perform the supplies, work, and/or services required under the Contract Documents in a skillful and respectable manner. The quality of the Contractor's performance and all interim and final product(s) and /or work provided to or on behalf of City shall be comparabie to the best local and national standards. G. SERVICE EXCELLENCE STANDARDS — Excellent Customer Service is the standard of the City of Miami Beach. As a Contractor of the City, Contractor will be required to conduct itself in a professional, courteous and ethical manner, and at all times adhere to the City's Service Excellence standards. Training will be provided by the City's Organizational Development and Training Specialist. PUBLIC ENTITY CRIMES a in accordance with the Public Crimes Act, Section 287,133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list Violation of this section by Contractor shall result in cancellation of the Contract and may result in Contractor debarment. INDEPENDENT CONTRACTOR d Contractor is an independent contractor under this Contract. Supplies, work, and/or services, provided by Contractor pursuant to the Contract Documents shall be subject to the supervision of Contractor. In providing such supplies, work, and/or services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. J. THIRD PARTY BENEFIC€ARIES - Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract and/or the Contract Documents. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract and/or the Contract Documents. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract and/or the Contract Documents. 2 Certification of Contract K. NOTICES - Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand -delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified, The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: Far City: Alex Denis, Procurement Director City of Miami Beach DeLaartment of Procurement Management 1700 Convention Center Drive Miami Beach. Florida 33139 With copies to: City. Clerk City Clerk Office 1700 Convention Center Drive Miami Beach. Florida 33139 For Contractor-: Transvalue, Inc. 7421 N.W. 7th Street Miami, Florida 33126 Attn: Jesus Rodriquez Phone: 305-592-0997 Fax: 305-592-5798 E-mail: jesus.rodrignezjr2 transvatrieinc,net L. MATERIALITY AND WAIVER OF BREACH - City and Contractor agree that each requirement, duty, and obligation set forth in the Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. M. SEVERANCE - In the event a portion of this Contract and/or the Contract Documents is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 3 Certification of Contract N. APPLICABLE LAW AND VENUE - This Contract and/or the Contract Documents shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Contract and/or the Contract Documents. Contractor, shall specifically bind all subcontractors to the provisions of this Contract and the Contract Documents. O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions contained herein, or in the Contract Documents, shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. P. This Contract shall not be effective until all bonds and insurance(s) required under the Contract Documents have been submitted to, and approved by, the City's Risk Manager. Q. The ITB and Contractor's bid in response thereto, are attached to this Contract and are hereby adopted by reference and incorporated herein as if fully set forth in this Contract. Accordingly, Contractor agrees to abide by and be bound by any and ail of the documents incorporated by the Contract Documents. Where there is a conflict between any provision set forth within (i) this Contract; (ii) the ITD;; and /or (iii) Contractor's bid in response thereto, the more stringent provision (as enforced by the City) shall prevail. 4 Certification of Contract IN WITNESS WHEREOF the City and Contractor hp caused thi ertification of Contract to be signed and attested an this ,,,and day of , 20 by their respective dully authorized representatives. By CONTRA TO Presidendi ignature P4\64 ( IT dale: Brit Name /./1/// CITY OF MIAMI BEACH ATTEST: City Clerk t 1 ice+^ •�5 fiNlCORP( ,,& FOR XECUTION ORV[ED! APPryp AS TO 2. t ci Attorney (> Data F:\PURC\$ALL\Solioitafions\20'14120•I4-002-NIF • ITS Armored Car S Sr'vivee'Cbi tr 144-002-173-N1F,dc 5 COMMISSION ITEM SUMMARY Condensed Title: Request For Approval To Award A Contract To Transvalue, Inc. Pursuant To Invitation To Bid (1TB) No. 2 014-002 For Armored Car Services, Key Intended Outcome SuRported: Strencrthen Internal controls. Supporting Data (Surveys, Environmental Scan, etc.): Issue: [Shall the City Commission approve the award of Contract? item Summary/Recommendation; The purpose of this item is to approve a contract for armored car services pursuant to ITS 2014.002- v1F. The services are necessary to protect the City of Miami Beach (the "City") monies in transit from Parking, Parks and Finance locations throughout the City in route to City's bank far deposit. 13 vendors were notified and downloaded the solicitation. Two (2) responses were received in response to the solicitation, After review of bids received, the City recommends award tc the lowest responsive, responsible bidder, Transvalue, Inc. RECOMMENDATION Award contract to Transvalue, Inc., the lowest responsive, responsible bidder, for an initial term of three years, with three one-year optional renewals, as stipulated in the ITB. Advisory Board Recommendation: LN/A Financial Information: Source of Funds: OBPI Amount Account $7,000,00 $6,000.00 $6,000.00 Parking Department Account No. 480-046 2-000325 Parking Department Account No, 142-6976-000325 Parking Department Account No. 463-1990-000325 4 $24,000.00 Parking Department Account No. 480-0463-000325 $ 4,680.00 $2.,340.00 $2_,340.00 $62,360.00 Finance Department Account No 011-0362-000343 Miami Beach Golf Club Account No. 011-0970- 000343 Norrnandy Shores Golf Club Account No. 011-0975- 000343 Financial impact Summary: The annual cost associated with armored car services to funds availability approved through the annual budgeting process. Account information and availability of funds shall be verified and approved for each request prior to procuring the services. The funding and accounts noted above are the FY 2014 budget amountsapaoved by Commission. City Clerk's Office Legislative Tracking: Alex Denis, Director Ext # 6641 Sian -Offs: De a tent Direc••r Assistant Manager City M n cger A JR SF sM KG: u tk PDW Jt_,1 f!AGENDA'2 arauary'IT6 2014-002 Armored Car 8/vices SUMMARY.dnc MAMIBEACH 63 AGENDA ITEM 8 DATE _.7—/Y'"Ig IV\1At INVITATION TO BID ARMORED CAR SERVICES able of Contents Section 1, Instructions to Bidders Section 2, General Conditions Section 3, Special Conditions Section 4, Specifications & Technical Requirements BLACH P. 1 p. 2 P. 6 p 10 Section 5, Bid Price Form * p 12 Section 6, Certification & Affidavits p. 13 Section 7, No Bid Form p. 19 Section 8, Appendixes ...... ............... ........ n'a Procurement Contact Marta Fernandez -Rubio ITB 2014-002-IMF — Armored Car Services MAW W BEACH J i I .�! �4� E.� SECTION 1, INSTRUCTIONS TO BIDDERS ON1A '; 1 at . . Tei: 305-673-7000 Ext. 6263 General Information & instructions to Bidders Erman: rrifemandezrehie-Omiamibeachtgoy ©rginal Signed Proposal: i Copies of Origin 2l Signed Proposal: 3 Electronic Copies (CD-ROM cr Fiashdrive) 1 Due Date & Tuns: November 6, 2013 1, CONE OF SILENCE. Pursuant to Section 2-486 cf the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cane of Silence ordinance is available at http://library.rnunicode.coirlindex,aspx2ciientlD= I3C973.statelD=5astate name=Florida. Any communication or inquiry in reference to this solicitation with any City employee cr City official is strictly prohibited with the of exception communications with the procurement director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaolgranado@rniarnibeachfl.gov, 2. BID PROPOSAL, The Bid Proposal is to include the Bid Price Form (Section 5) and Bid Certification and Affidavits (Section 6) and any other information requested Herein. Failure to submit a signed Bid Price Form (Section 5) by the duo date and time established herein, cr via addendum, for the receipt of bids shall render bid non -responsive. The Bid Price Form (Section 5) shall be completed mechanically or, if manually, in ink, Did Price Forms (Section 5) completed in pencil shall be deemed non -responsive. Ad corrections on the Bid Price Form {Section 5) shall be initialed. 3, SEALED BIDS, Bids must be submitted in a sealed envelope or container, The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Sid Number, ad Title, Bidders Name, Bidder ReLrn Address. Any Bid received after the first Bid has been opened will be considered late and will be returned to the Bidder unopened The City does not accept responsibility for delays, natural or othenMise. 4. ADDENDUM. Procurement may issue an addendum In response to any inquiry received, prior to Sid opening, which changes, adds to or clarifies the terms, provisions or requirements of the soiicitation. The Bidder should not rely on any representation, statement or explanation whether wrtten or verbal, other than those mach in this Did Solicitation document or in any addenda issued. Where there appears to be a conflict between Location for Sid Submittal. City of Miami Beach Department of Procurement Management 1700 Convention Center Drive, 3Ro Floor rvliami Beach Florida 33139 this Bid Solicitation and any addenda, the last addendum issued shall prevail. It is the Bidder's responsibility to ensure receipt of all addenda, and any accompanying documentation is included it Bid Proposal as required, 5. AUTOMATIC BID NOTIFICATION SYSTEM. The City utilizes PubiicPurchase for automatic notification of proposal opportunities and document fulfillment, including Hie issuance of any addendum to this RFP. This system allows vendors to register online and receive notification of new proposals, addendums and awards. Registration is available through www.pubticpurchase.ocm. Any prospective proposer who has received this RFP by any means other than through PubfcPwchase must register immediately with -PubiicPurchase to assure receipt of any addendum issued to this RFP. Prospective proposers are solely responsible for assuring they have received any addendum issued to this RFP. Failure to receive an addendum, may result in disqualification of proposal submitted, 6. SPECIAL NOTICES: You are hereby advised that this solicitation is sub)ect to the following ordinances/resolutions, which may be found on the City Of Miami Beach weesite: hita:I/web.miam ibeachfl. eov/orocuremer..t'scrcil.asex?id=23513 • CONE OF SILENCE -- ORDINANCE NO, 2002-3378 • CAMPAIGN CONTRIBUTIONS BY CONTRACTORS ORDINANCE NO. 2003-3389, • CODE OF BUSINESS ETHICS -- RESOLiUT'.CN NO, 2000-23879. • DEBARMENT PROCEEDINGS -- ORDINANCE NO.2000-3234, • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES -- ORDINANCE NO.2002.3363 • LIVING WAGE ORDNANCE — ORDINANCE NO. 2010-3682 • EQUAL BENEFITS ORDINANCE — ORDINANCE NO, 2006-3494 • LOCAL PREFERENCE FOR MlAivil BEACH -BASED CONTRACTORS — ORDINANCE NO. 2003-3413 AND ORDINANCE NO. 2011-3747. • PREFERENCE FOR FLORIDA SIvMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE CERTIFIED SERVICE -DISABLED VETERAN BUSINESS ENTERPRISES — ORDINANCE NO. 2011-3748. m PAf!-`•, io BEACH -I ele9 2014 er:2-fytF- Armeriee. „ar Serecres I veclicn 2-Genera! Ccnditons SECTION 2 GENERAL TERMS AND CONDITION 2..1 GENERAL TERMS AND CONDITIONS. It is ire respansibifty of the Bidder to b•sccrne thercughly familiar with the ?id reeteremerts, terms and conditions of this solicitaticn.. Ignorarce by the Bidder of car.,:iticrs :hat exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the campensaeon to be paid to the Bidder. 2.2 DEFINITIONS. The following words, terms and phrases, when used, shall have the rnearings ascribed to their except where tha context clearly indicates a different mbar ing. Bid - shall refer to any offer(s) sebeetted in response :o this sclicitation. SidderlContrectoriOfferor - Any individual. firm, or corporation submitting a bin, for this Project acting directly or through e dr.1y authorized representative. Eid Solicitation - shall mean this sclicitation documentation, including any ard all addenda. Bid Submittal Form - defines the rsquhernent cf items to be euretrased, and must 2.3 be completed and submitted wish Bt. The Bidder should Indicate Its name in the apprepria a space cn each page. City - shall refer to City of Miami Beach, EIcrda City Commission • City Commission seal; mean the y verning and legislative bocy of the City. City Manager • City Tlanager shall mean the Admir s:reeve Officer of the City. Comparable Facility • A facility that, when considering size, use, revenue, and other applicable criteria, is similar to the Miami Beach Convention Carter (MBCC) which includes 1.2 million gross square foot faculty averaging a minimum of e*3 million in annual gross face and oeverage sales. Controlling Financial Interest • .means the ownership, directly or indirectly, of le% or more of the outstanding capital stock in any corcoralicn or a direct or indirect interest of in cr more in a firm. Domestic Partner: The teen Domestic Partner shall mean any two (2) adults of the same or opposite sex, who have registered as domestic partners with a government 2'4 body pursuant to state or kcal taw authorizing such regiseatton, cr with ae internal registry maintained by the employer of at least one of the dcmest'lle partners. A 2.5 Contractor may institute ar ietemai registry to allow for the previelcn of equal benefits to employees with domesee partner wno do not register their par'u•erships pursuant to a governmental body authorizing such registration, or who are hooted in a jurisdiction where nc such governmental dcmasfic partnership exists. Enrolled Vendor - shall refer to a firm that has ecrnpleted the City of Miami Beach 2•6 Fre•Qualiif:ca5cr process and has sa55fied ail requirements to enter into a business agreement with the City. Evaluation Committee - A committee cf indivicuals appointedby lira City Manager that may include City Dersccnel, residents, irdusuy experts and other individuals whose purpose is to evaluate Ste proposals received in response to this ITB and roho may rnake a non -binding recommendation to the City Manager an the selection of a short-Ilst of bidcer(s) who the City Manager, at his cr her discretion, may present to the City Commission for consideration ard, if approved by the City Commission, who may be further considered during the contract negctialien phase, Firm • means a corporation, partnership, busness trust cr any legal entity other than 2'7 a natural persor. Negotiation Tearn • A committee of individnals appointed by the City Manager That may incl,ide City personnel, residents, industry experts and other individuals whose purpose is to negotiate a contract, after City Commission has approved a short-list of 2,8 bidder(s), and who may snake a nor -binding recommendation to the City fvlanaggaren the selection of short-listed bidder(s) who the City Manager, at his or her discretion, may present to the City Commission for consideration ard final award. Successful Bidder - shall mean Iha Bidder(s) recommended far award. Term Applicant - shall mean an individual, partnership, or ccrperaticn, which 2.0 submits an application in response to this solicitation. Responsible Bidder: A binder who is qualified, as determined by the City, on the basis of the following criteria: a. Whether the bidder can perform the contract within the time specified, without delay a interference. b. Tee character, integrity, reputation, juegmen€, oxperiecce and efficiency of the bidder. c. The qualitj of performance of previous contracts, d. The previous and existing compliance by the bidder with laws and ordinances relating to tee contract Responsive Bidder - A bidder whose submitte! is determined by the City to be in conformance with the cord tons, requirements, anc specifications detailed in the specifications. Vendor • a person andler entity, which has been selected by the City as tee successful bidder on a present or pending bid for goods, equipment or services, er has been approved by the City en a present or pending award for goods, equipment or services, prior to ar upon execution of a contract, purchase order or standing order. For additional information about online vendor enrolhneet or verefor pre - qualification, please coi,tect Procurement at 1700 Convention Center Drive, Miami Beach, FL 3:313e; Phone 305473.7490, Or email: procurements^emiamibeachil,gov Vendors can register with the City by going to the website: www.miamibeachfeeev and click on Procurement under City Departments, PRICES QUOTED, Prices quoted shall remain firm and fixed durirg the duration of the contract In ccnrptetlrg the bid form, state both unit pace and extended total, when regeestedd. Prices crust be stated le units cf quantity specified in the bi ide-1g speci satic s. In case of discrepanc;f in computirg the amo'mt of the bid, the UNIT PRICE quoted will Govern. All prices must be F.O.B. destination, freight prnpaid (un'ess otherwise stated in Special Conditicns) Discounts for prompt payment; The aid•der may offer cash discounts for prcwpi payments; however, such discount will not be considered in determinlrg the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided er the Bid submittal signature page cf the solicitation, Award, if made, will be in accordance with tenors ant conditiors stared herein.. Each item must be bid separately, and no attentpt is 0 be made tc fie any item or items in with any other item or items. Cash cr quantity discounts offered will not be a consideration in determinahcn of award of bid(s). TAXES. The City of Miami Beach is exempt from all Federal excise and Slats taxes. MISTAKES. Bidders are expected to exemlr•e the specifications, deliaerr schedu'es, bid prices, and extensions, and all instructicrs pertaining to supplies and sareces. Failure to do so will be at the bidder's risk and may result in the bid beirg non -responsive, CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be line current standard protection model at lime of bid and shall offer expiration daticg of at 'east cne year or later, Bidder aso guaantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and ifterkmanstip ard agrees to replace defective items promptly at nc charge to the City of ,Miami Beach, for the manufacturer's standard warraely but in no case for a period of less than 12 months from date of acceptance All containers shall be suitable for storage or shipment, and al! prices shall Include standard commercial packaging. UNeER'SVRITERS' LABORATORIES. Unless otherwise stipulated in the Bid, ail manufactured items and fabricated assemblies shall be U.L. listed or re- examination e rig where such has been established by U.L• for the Item(s) offered and furnished. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities In this Bide at reject all bids, or any part of arty bid, as it deems necessary and in the best Interest of the City of Miiami Beach. EQUIVALENTS. If a bidder offers makes of equipment cr brands of supplies other than those specified in the Bid specificatiors, he must so indicate in his bid. Specific artide(s) of equipment/supplies shall conform in gteality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Perm the manufacturer's name and number if bidding ether than the specified brands, and shall indicate ANY eeviaticn tam the specifcaticrs as listed in the lid. Olt er than specified items offered esquires complete descriptive technical Gtaretire snaked to indicate detailed conformance with specifications, are MUST BE INCLUDED W1'H THE BID. NO B1DS WILL BE CONSIDERED WITHOUT THIS INFORMATION. Note as to Brand Names: Catalog numbers, manufacturers' ard brand names, when listed, are irformaGcnal guides as to a standard of acceptable product „? i A!A,Vti BEACH - 2 - 2.18 PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced. 2,19 DISPUTES, In case of any doubt or difference of opinion as to the items andlor services (as the case may be) to be furnished hereunder, the decision of the City shall be final and binding on all parties, 2,20 LEGAL REQUIREMENTS, The bidder shall be required to comply with all fecersl, State of Florida, Miami -Dade County, and City of Miami Beach cedes, laws, TE 2014-002-N1F—Armored Car Services quality level only and sheutc not be construed as ar endorsement er a product limitation of recognized and iegitirnate manufacturers. Bidders shall formally substantiate and verify that products) offered conform with or exceed quality as listed in the specifications. 2.10 EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation 2.21 that before, duffing, and oiler a public emergency, disaster, !Rename, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First ?r'orfty" for any goods and services covered under ary award resultrg from this solinilaticn, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that !breathes public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vender agrees to provide all award -related goods and services to the City on a "first priority" under the emergency corditicns noted above. Section 2-General Conditions ordinances, and/or rules and regulations that in any manner affect the items covered herein (nollecti.ely, Applicable Laws). Lack of knowledge or Ignorance by the bicker ,vithrc( Ape' cable Laws will in no way be a cause for relief from respcnsibility. PATENTS & ROYALTIES, The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, andlor agerts, from liability of any nature or kind, including cost and exoeeses for, or on =cent of, any copyrighted, patented, or unpainted invention, process, or article manufactured cr used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or n'aterials covered by fetters, 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 ary way involved in the work. 2.11 NON-CONi-ORN1ANCE TO CONTRACT COND1TiQNS, Items may be tested for 2,2.2 OSHA. The bidder warrants to the City that any work, services, supplies, compliance with specifications. lterrs delivered, not confcrmirg to specificaflons, materials or equipment supplied pursuant to this Bid shai conform in all may be rejected and returned at the bidder's expense. These items, as well as items respects to the standards set Torn in the Occupational Safety and Health Act of not delivered as per delivery date in bid and/or purchase order, may be purchased by 1970, as amended, and fhe failure to comply with This condition will be deemed the City, at its discretion, on the open market. Ary increase in cost may be charged breach of contract. Any fines levied because of inadequacies to comply with this against the bidder. Any violation of these stipulations may also result in the bidders condition shall be borne solely by the bidder. nams being removed from the City's vendor list. 2.12 PRODUCT INFORMATION, Product literature, specificat[crs, and technical information, inciuding Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be, provided within five (5) csiendar days upon request from Purchasing Agent. 2.13 SAMPLES. Buis submitted as an "equal" product must be accompanied with detailed spccifcaons. Samples Of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expsrse. Bidders will be resporsibte for the removal of all samples furnished within (30) days after bid opening. Ail samples will be disposed of after ;hire (30) days, Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rcjecticn of he bird. Unless otherwise indicated, samples stesuld be delivered to the Procurement Divisicn,1700 Convention Center Drive, Miami Beach, FL 33139. 2.14 DELIVERY. Unless actual date cf delivery is specified (or if specified delivery cannot be met), show number of days (In calendar days) required to make deliver/ after receipt of purchase order, in space provided. Delivery time may become a basis for making a,c award. Delivery shall he within the normal working hours of the City using Department, Monday through Friday, excluding holidays, Receiving hours are Morday through Friday, excluding holidays, from 8:30 A.fvl, to 5:00 P.M. 2.15 INTERPRETATIONS. Any questions concemhmg the Bid conditions and specifications should be submitted, in writing, to the City's Department of Procurement Management (DPivt) 1700 Cenvenfion Center Drive, fvliami Beach, FL 33133,or facsimile: 786.394.4075. 2.16 LATE SUBMISSION, All bids received after the date, time, and place specified in the Bid, will be volumed tic the bidder unopened, and will not be considered. The 2.27 responsibility for submitting bids before the stated time and date is solely the responsibility of the bidder. The City will not be responsible for delays caused by mail, courier service, or any other entity or occurrence. Facsimile, electronic, cr e- mailed bids Minot be accepted. 2.17 INSPECTION, ACCEPTANCE & TITLE. inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless less or damage results from the gross negligence or willfui misconduct of the 2.28 City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upcn written notice to the seller, and return the product, at the bidder's expense. 2.29 2.23 MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that am educated, trained, experienced, certified, and licensed in all areas encompassed within !heir designated duties, Bidder agrees to furnish to the City any and all documertaflon, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in fret force and effect during the term of this contract, Failure of bidder to comply with this paragraph shaft constitute a material breach of this contract. 2.24. SPECIAL CONDITIONS. Any and ail Special Conditions that may vary from these General Terms end Conditions shall have precedence. 2.25 A,NTl.DISCRIytINATION, 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 aft persons without regard to race, color, reiigion, sex or national origin, 2.26 AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters, irformaion on access for persons with fisabilities, andlor any accommcda5an to review any document cr participate in any city -sponsored prcceeding, please contact 305-604-2489 (voice), 3e5.673- 7524 (fax) cr 305.6'73-7213 (TTY) five days in advance to initiate your request TTY users may also call 711(Flarida Relay Service). LIABILITY, INSURANCE, LICENSES AND PERMITS, Where bidders are required to enter or go an to City of Miami Beach property to deliver materials or perorrm work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining ail necessary Licenses, permits, and insurance, and assure all wcrk complies with ail Applicable Laws. The bidder shall be liable far any damages or loss to fee City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Lases. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Specie! Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified In the Special Conditions. DEFAULT. Failure or refusal of a bidder to execute a ooniract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where sureyy is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders 2,30 CANCELLATION, In the event any of the provisicrs of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar MI BEAC(1 - 3 - iT3 2C14- C2-yMF-Armorred Car Sertiices 3 ctioti 2-Geeeal Corditicrs t days from the date of the City's notice, the City, through its City ,Manager, may declare the contract in default and terminate aorta, without further rctics required to the bidder. Notwithstanding the precedirg, the City, through its City Manager, also reserves the right to terminate the contract at any tirne and for any reason, without cause and for convenience, and without any monetary Rabiiity to the City open the givirg cf thirty (30) days prier written notice to the bidder. 2.31 BILLING INSTRUCTIONS. Invoices. unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 2.32 SUBSTITUTIONS, Amer award of contract, the City WILL NOT accept substitute shipments cf any kind The bidder is expected to furnish the brand quoted n its bid. Any substituteshipments will be returned at the bidda's expense. 2.33 FACILITIES. The City, Lhrcugh its City Manager cr Naar authorized designee, reserves the right to inspect the bidders facilities at any time, uacr. reasonable prior written or verbal notice. 2.34 PROTEST. In he event a prospective bidder wishes to protest any part of the Gcneial Conditions, Special Cordtticrs and)or Technical Speoificeticns contained in this it must file a notice of protest in writing to the Procurement Director, with a copy to the City Clerk, at least tan (10) business days prior to the Bid opening date and hour specified in the solicitation. Any bidder, who has a substantial interest Ir, and is G. The City may, during the period that the contract beeirrsn the City and the successful bidder is in force, review the succersaf"tie aidcer's record cf performance to ensure that the bidder is continuing to provide stamen ° firancial sunpert equipment, and organization as prescribed In this bid. Irrespective cf the bidder's performance co =reacts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful udder no longer possesses the financial supocrt, equipment and organ izatten watch would lave been necessary during the bid evaluatvan period in order to comply with the demonstration cf ccmpeterey required under this subsection. 2,37 DETERMINATION OF AWARD. In determining the lcwest and best bidder, in addition to price, there shall he considered the fallowing: • The ability, capacity and skiff of the bidder to perform the contract. • Whether the binder can perform the contract within the lime specified, without delay or Interference, • The character, integrity, reputation, judgment, experience and efficiency of the bkdcer. • The quality of performance cf previous contracts. • The previous and existing compliance by the bidder with Applicable Laws relating to the contract. aggrieved in connection with the solicitation or proposed award may protest lc the 2.38 ASSIGNMENT, The successful bidder shalt not assign, transfer, convey, sublet City'Nlaneget. cr his or her designee anyime until two (2) business days fcllcwirg the or ctherease dispose of the contract, ircluding any or ail of its right, tide or release of the City Manager's written recammerdaricn to the City Commission, as Interest ttrerein, cr hisTer cr its power to execute such contract, to any person, sane is set forth and released in lire City Commission agenda packet, for award of company or cerporat'.on, without the prior written consertof the City. the bid in question in accordance with City of Miami teach Ordinance Na 2002- 3344, which establishes procedures for bid protests and which can be found on the Procurement webeite. Failure to file a timely notice of protest will constitute a waiver of proceedings. 2.35 CLARIFICATION AND ACDENCA TO BID SPECIFICATIONS: If a bidder is in doubt as to !ha true meaning of the Bid specifications, cr other Bid documents, or any pact thereat, the bidder must submit to the City, et least ten (10) calendar days prier to the scheduled Bid cawing data, a request far clarification. NO QUESTIONS WILL SE RECEIVED VERBALLY Cn AFTER SAID DEADLINE. Are interpretation of the Bid, inc udirg, without fin:i'atian, responses to quesrjons and request for dar;fcatior(s) from bidders, will be made only by Addendum duly issued by the City. to the event cf conflict with the original specifications, the Addendum star supersede such specifications, to the extert specified. Subsequent Addendum shall govern aver prier Addendum cnly to the extent specified. The bidder shall be required to ackrow'edga receipt of any and all Adderdum= and filling in and signing in the spaces provided in section 5.0, Acknowledgements/Affidavis. Failure to acknowledgeAddendure may deem a bid non -responsive. The City will not be responsible far explanations, interpretations, or answers to questions made verbally or in wntng by ary City representative, unless issued by the Cty via formal written Addendum to this Bic, Any questions or cladficat:ons concerning the Bid shall be submitted in w^ting to the Department of Procurement Management (apart) 1700 Convention Center Drive, Miami Eeaelt, FL 33139 with a copy to the City C:erft 2.36 DEMONSTRATION OF COMPETENCY. A. Pre -award inspection of the bidder's facility may be made prier to the award of contract. B. Bids will only be considered from firms which are regularly engaged in the business of arov ding the goods -- _ -rites as described in this Sid. C. Bidders must be able tc -toe a good reccrd of performance for a reasonable period of time, art =orent financial cacacity, equipmere and arganization to ensure that the;: .0 utectarily perierin the services if awarded a contract under the terms and c3 ...as of this 3id. D. The terms 'equipment and organization', as used herein shalt, be construed to mean a fully equipped and well established company in line with the cost business practices in the industry, and as determined by the City of Miami Bean. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require bidders to show proof that they have been designated as authorized representathres of a manufacturer cr supplier, which is the actual source of supply. In these instances, the City may also require material information front the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any materiai confecls between information provided by the source cf supply and the information contaired in the bidder's bid may render the bid non -responsive. 2.39 LAWS, PERMITS AND REGULATIONS. The bidder shall chtaic and pay far al: licenses, permits, and inspection fees required ;under the contract and shall ccmply with all Applicable Laws. 2.AC OPTi0NAL CONTRACT USAGE. When the successful bidders) is in agreement, ether units of government or non-proat ageecies may participate in purchases pursuant to the award of this contract at the eptton of the unit of government or non-proat agency. 2.41 SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental canriaet or on an asmeeded basis through the City's spot market purchase provisions. 2.42 ELIMINATION FROM CONSIDERATION. This bid shall rat he awarded to any person or arm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 2,43 ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. Nc guarantee is expressed or implied as to quantities cr dollars that will be used during the contract period. The City is not c'ee ; ; ,. ace any order fora given amount subsequent to the award otitis ::less are based upon the Otis actual needs and/or usage during a Fr. con,rect period. The City may use said estimates for purposes of dee-,;,n ni,hg whether are low bidder meets speciicalions. 2.44 COLLUSION. Where Iwo (2) or more related parties each submit a bid or bids for any contract, such bids or bids shall de 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 bid or bids. "Belated parties' means bidders cr the principals thereof which have a direct or indirect ownership interest in another bidder for the same contract or in which a parent company or the principals thereof of one (I) bidder have a direct or indirect owrership [Merest in anther bidder for the same contract. Bid or bids found to be collusive shall be rejected. Bidders woo have been found to have engaged in collusion may also be suspended or deuarred, and any contract resulting from collusive bidding may be terminated for cause. 2.45 DISPUTES. In the event of a conflict betvreen the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreerhert resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; ther C. Tee Bid; then D, The udders bid in response to the Sid. Mile. BEACH -4- ITS 201.1-002-f,1F—Arrlared Car Serifs Becton Cor.dtitans 2.46 REASONABLE ACCO"r'MC 2ATiON. In accordance with Thee U" of the Americans with Disabilities Act, any person requiring an acc:cinmcdaticr at the Sid opening because of a disability must contact the Prccuremert Division. 2.47 GRATUITIES. Bidders shall not offer any gratuities, favors. or a;hy+tung of monetary value to any oral, employee, ccntractor, or agert of the Cite for the purpose o' intuendog consideration of :his Sid. 2.43 SIGNED BID CONSIDERED AN OFFER. The signed bid shall be considered an offer on the part of the bidder, which offer shall be deamee accepted upcn award of 2 54 the bid by the City Commission. In case of default on tie part of ;he successful bidder, after such acceptance, the Gity may procure tie items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 2.49 TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical he bids, preference will be given to bidders eerie/Mg Thai they have implemented a drug free work place program. A core ica8on trm will be required. .n Lhe event of a continues) to hebweee hoe or more bidders after consideration of the drug free worfcerace program, the City's Local Preference and Veteran Preference ordinances 2 55 will dictate the manner by which a to is to be resolved. in the event of a continued :fe after the Local and Veteran Preference ordinances have been applied er the he exists between bidder that are not Local or Veteran, the breaking of the r.9e shall be at the City Manager discretion, wn d' wit make a recommandaton fcr award to tha City Commission. 2,50 DELIVERY TIME. Bidders shall sped&y in the attached Bic Form, tee guaranteed de6Iety time (in calendar days) for each Item. It must be a lien delivery lime; no ranges (For example, 12.14 days) wit be accepted. 2.51 TERMINATION FOR DEFAULT. if The successful bidder shall fail to fulfil in a timely 2.56 mariner, or otherwise violate, arty of the covenants, agreements, or stipulations materiel to the Bid and/or the contract entered into with the City pursuant thereto, the City shall Thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice Po the bidder of such termination, which shall became effective upon receipt by the bidder of the written termination notice. In that Brent, Ole City shall compensate the successful blow m accordance wth the terhn of me contract for all were and/or services satisfactorily performed by the bidder prior to terrninatice, net cf any oasts incurred by the City as a ccesequerce of he default Notwithstanding the above, the successful bidder shall not be relieved of !bodily to the City for damages sustained by the City by virtue of any breach of the contract 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 delcrmired. The City may, at its discretion, provice reasonable "curs period" for any contractual violation prior to termination of the contract should the successful bidcer fait to take the cerrec'Jve action speeded in Inc Cites netce of default withir the allotted cure period, than the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 2.52 TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, ;emninate the work ardrer services then remaining to be performed, at any lime. by giving written notice to the successful bidder of such terrn9nation, which shall become effectve thirty (20) days following receipt by bidder of such notice. In :hat evert, all finished or unfinished documents and other materials shall be property delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shalt compensate the successful bidder in accordance with the terms of the contract for all and without cause ander any resulting liability to the City, work ardlcr services actually perfcrmed by the successful bidder, and shall also compensate the bidder for its reasonable direct ccsts in assembling and delivering to City all documents. No compensation shall be duo to the successful bidder for any profits that the sucoessful bidder expected to earn on the balanced of the contact Such payments shall be the total extent of Lhe Ciaas liability Po the successful bidder upon a termination as provided for in this subsection. 2.53 INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and ail liability, lenses or damages, !rcluding a trrney's fees and costs of defense, which the City or its offcers, employees, agents or instrumentalities may incur as a result of claims, demands, sults, causes of actions or proceedings of any kind er nature arisrg out of, rerafing tc cr resulting from the performance of the agreement by the successful Bidder or its employees, agents, serranis, partners, principals or subcantractcrs. The successful Bidder shall pay all claims and losses in connection therewith, and shalt investigate and defend all claims, salts or actions cf any kind or nature in the name of the City proceedings, and shall pay al cost. : be incurred hereon. The success, that any insurance protecticr required ea by the successful Eider shall in no ern: twee and save harmless and defend the a 'ts o' .:,;, employees, agenis and instrumentalities as herein provide..:; : azonea ir iereeficaticn previsions seat survive the expiration or termination oldies Agreer—art. MODIFICATION/WITHDRAWALS OF BIOS, A bidder may submit a modified bid to replace all cr any portion of a previcusly submitted bid up until the bid due date and time. elcdifsca:ions received after the bid due data and Inc will hi07 be considered. Bids shall be irevocatte unti! ccrtract award unless withdrawn in writing prior to the bid due data or alter expiration of 120 calendar days from the operieg of bids without a contact avrard Letters of rrthdrawal received after the bid due date and before. said expiration data and letters of withdrawal received altar contract award will NOT be considered haling appellate 'cos which may and agrees ci, er:vtse provided sblity to indemnify, EXCEPTIONS TO BID, Bidders are steengly ercouraged to thoroughly reinw the specifications and al concitions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non -responsive and receive no further consideration, Should your proposed bid not be atie to meet one (1) cr more of the requirements set forth In this Bid and you ere ,proposing alternatives and/or exceeticrs to said requirements, you must notify IFe Prcccrement Offfe, in writing, at least five (5) days pdcr to the deadline for submisslor of bids. The City reserves the right to revise the scope of services via Addencum prior to he deadline for receipt of bids. FLORIDA PUBLIC RECORDS LAW. Bicders are hereby notified that al Brd including, without timifaton, any and ail infrrnatlon and dccumertadcn submitted therewith, are exempt from public records requirements under Section '119.07(1), Florida Statutes, and a. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decisioe or until lhirhy (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in 5.11 ccmpliarce with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and aecassariy :acute be required by Inc public agency in order to perform the services; (0) ponce the public with access 10 public reccrds a the same terms and canditcrs that the public agency wculd provide the records and at a cost that does not exceed the ccst provided in this chapter cr as otherwise provided by law; (c) Ensure that public records that are exempt or confiders=isl and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet al! requirements for retaining public records and transfer, at no cost, to the public agency all public records Tn possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt `ram pub9ic records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the infarmaten technology systems of the public agency. 2.57 CONTRACT EXTENSION, The City reserves the right to require the Contractor to extend contract past the stated termination date for a period cf up to 120 days in the event hat a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upcn by the City and the contractor, M,I ,/A BEACH - 5 - ITB 2C14-0C24F—ArmorEd Ca Services Sedan 3 — Spec:al Ccroditio,is SECTION 3.0 SPECIAL CONDITIONS 3.1 PURPOSE: The purpose of this ITB is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide armored car services to protect the City of Miami Beach (the "City") property and monies in transport from one location to another for the Parking, Parks and Finance Departments in accordance with the prescribed specifications and requirements. Interested vendors are invited to submit bids in response :o this ITB. 3.2 BIDDER QUESTIONS: Any questions or clarifications concerning this solicitation si'all he submitted to the Department o' Procurement Management (DPM) in writing to the at-en`ion of the Procurement Contract named in Sectic' 1, with a copy to the City Clerk's Office, Rafael E. Granath) via e-mail: RafselGi•anadoi^miamibeaohfl.coy ; or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. Ali questions or requests for clarification must be received no later than seven (7) calendar days prior to the scheduled Bid opening date. All responses to quest'onslclarifications will be sent to all prospective bidders in the form of an addendum, 3.3 PRE-BlD Pv1EETENG; A Pre -bid conference is scheduled for October 23, 2013, at 10;00 a.m. at the following address. City of Miami Beach City Hall • 4$ Floor City Manager's Small Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) to this Pre•hid meeting is encouraged and recommended as a source of information, but is not mandatory. Bidders interested in participating in the pre-cid submission meeting via telephone roust follow these steps: (1) Dial the TELEPHONE iONE NUMBER: 1-888-270-9963 (Toil -free North America) (2) Enter the MEETING NUMBER: 1142644r (note that number is followed by the pound key) Bidders who are interested in participating via telephone, please send an e-mail to Nlalia Fernandez -Rubio at mferrandezru'bio@miamibeachf: oov, expressing your intent to pay icipate via telephone at least one business day in advance of the meeting. 3.4 VENDOR PREFERENCES; 3.4.1 MIAMI BEACH BASED VENDORS. In accordance with Section 2-372 of the Miami Beach City Code, a Miami Beach -based vendor, whose bid amount is within five percent (5%) of the lowest, responsive, responsible bidder, will be provided an opportunity to furnish the bid items at the amount bid by the lowest, responsive, responsible bidder. 3.4.2 VETERAN BUSINESS ENTERPRISES. in accordance with Section 2-3'74 of the Miami Beach City Code, a Veteran Business Enterprise vendor, whose bid amount is within five percent (5%) of the lowest, responsive, responsible bidder, will be provided an opportunity to furnish the bid items at the amount bid by the lowest, responsive, responsible bidder. 3.5 METHOD OF AWARD: 3.5.1 Staff Review/Recommendation. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting al: terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best Interest of the City, to the City Manager for his consideration, The City reserves the right to consider award to secondary and tertiary vencors. 3.5.2 City Manager's Review. After considering the staff recommendation for award, the City Manager shalt exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. MdAMI BEACH -8- � A ITB 2114-C }2 Pf-Armorer', CarSen ices Se.ctic n 3 i Conditicos. 3.5.3 City Commission Authority. The City Commission shall consider the City Manager's recommendations) and, may approve or reject the City iiManager's recommendation(s), In any case, the Mayor and City Commission shall select (and may authorize value engineering) with the bidder(s) which the Mayor and Commission deem to be in the best interest of the City, The City Commission may also reject all bids received, The approval of the City Commission shall be final and constitute, together with the bid offer and solicitation documents, a binding and enforceable contract, in the dispute or discrepancy among documents, the order of priority shall be established in accordance with Section 2,45. 3.5.4 Best Vendor, In addition tc price and other requirements, the City shall consider the following in making an award determination: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and are, la, ces relating to the contract. 3.5 TERM OF CONTRACT: This contract will commence on the first calendar day of the month succeeding approval by the City Commission of the contract, unless otherwise stipulated in the Notsce of Award letter, and contingent upon the completion and submittal of all required bid documents. This contract shall remain in effect for three (3) years; provided that the services rendered by the Bidder during the contract period are satisfactory and that City funding is available as appropriated on an annual basis and upon completion of the expressed and/or implied warranty period. The price offered by the Bidder in its Bid Proposal shall be fixed for the original three (3) year terra of agreement. 3,6 OPTION TO RENEW: The City, through its City Manager, shall have the option to renew this contract for an additional three (3) one- year periods on a year-to-year basis, Prior to completion of each exercised contract term, the City may consider an adjustment to price based on changes in the applicable CPI-U index. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the vendor's request for adjustment should be submitted 9C days prior to expiration of the then current contract term. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. The City reserves the right to negotiate lower pricing for the additional terms) based on market research information or other factors that influence price. The City reserves the right to apply any reduction in pricing for the additional term(s) based cn the downward movement of the applicable index, The City reserves the right to reject any price adjustments submitted by the vendor and/or to not exercise any otherwise available option period based on such price adjustments. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a City prerogative, and not a right of the vendor. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. Should the vender decline the City's right to exercise the option period, the City may consider the vendor in default which decision may effect that vendor's eligibility for future contracts. NOTE: IF MULTIPLE VENDORS ARE INVOLVED LNDERTHE GIVEN CONTRACT, ANY OPTIONS TO RENEW WILL BE RESTRICTED TO THE SPECIFIC ITEMS OF WORK INITIALLY AWARDED TO ANY SPECIFIC VENDOR. i-a'vd EACH -7- ITB 2C;4-OC241F—Armored Car Seri. oes 3,8 PRICES; See Genera Condition 2.3 3.9 EXAMINATION OF CITY FACILITY AND INSPECTION OF CITY EQUIPMENT: See General Conditions 2.33 and 2,36. 3.10 EQUAL PRODUCT: Omitted intentionally, 3,11 LIQUIDATED DAMAGES: Omitted intentionally. Seci nn 3 — Special Cenc; ices 3.12 INSURANCE REQUIREMENTS: The Provider shall furnish to the Department of Procurement, City of Miami Beach, 17C0 Convention Center Drive, 3r1 Floor, fviianii, Florida 33139, Celt!ficate(s) of Insurance which indicate that insurance coverage has beer obtained which meets the requirements as out'.!ned below, A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, B. Commercial General Liability Insurance on a comprehensive basis, including Persona! Injury Liability, Products/Completed Operations, in an amount not less than $1,000,C00 combined sing!e limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, nor -owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage, All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qua!?ficatlons: 'the company must be rated no less than "E" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oidwick, New Jersey, or its equivalent, subject to the approval of the City Risk Management Division, or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3R° FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement, t? MIAMI BEACH -8- 3.13 BID GUARANTY: Omitted intentionally, 3.14 PERFORMANCE BOND: Omitted intentionally, IT2 20141002-MF—Alicred Car Car Steer i:es Ssc ico 3 — Sl;ec a1 Condilicns 3,15 CERTIFICATIONS: The Firm(s) must possess a Class "B" Security Agency License and properly licensed (Security Officer Class "D and firearms license Class "G") employees, 3.16 METHOD OF PAYMENT: The vendor shall submit an invoice to the City user department(s) that requested the service through a purchase order. The date of the invoices shall not exceed thirty (30) calendar days from the date service was provided. Under no circumstances shall the invoice be submitted to the City in advance of the services being provided. In addition the invoice shall reference (or is cL„ide a copy o1 the corresponding documentation (pick- up ticket number) that was signed by an authorized representative of the City user department at the time the service was provided. Failure to submit invoices in the prescribed manner will delay payment, 3.17 SHIPPING TERMS: Omitted intentionally, 3.18 DELIVERY REQUIREMENTS: Omitted intentionally, 3.19 SACK ORDER ALLOWANCES: Omitted intentionally. 3,20 WARRANTY/GUARANTEE REQUIREMENTS: Omitted Intentionally, 3.21 ADDITION/DELETION OF FACILITIES: Although this Solicitation identifies specific facilities to be serviced, it is hereby agreed and understood that any department or facility may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, successful bidder shall submit a cost proposal according to the rate per pick-up submitted on the bid form for these new facilities. The weekly cost for a new facility will be calculated depending on the number of pick-ups per week, which varies per facility. If the proposal is comparable with prices offered to similar facilities, the award may be made at the quoted price if in the best Interest of the City, The new location wit become part of the contract. 011 I-AII'W . BEACI -4- IT3 2014-C')2-IMF—Arrnerec Car Services Section 4—Tnstn�cai Speciti atic ,s SECTION 4.0 TECHNICAL SPECIFICATIONS 4.1 MINIMUM REQUIREMENTS. The following minimum requirements wri'I be considered in the review of each bidder's response. Failure to meet or exceed minimum requirements will disqualify bidder from consideration. 4.1.2 The Firm(s) must possess a Class "B" Security Agency License in the Stare of Florida far a three year period. 4.2 OVERVIEW The City of Miami Beach utilizes the service of an armored car service provider to protect the City of Miami Beach property and monies in transport from one location to another for the Parking, Finance arid Parks and Recreation Departments, The successful contractor shall pick --up from various locations citywide. The city will furnish and prepare for pick- up all paper currency cash and all coins in tamper proof bags. 4.2 BIDDER. RESPO,NSiBILITY 4.2.1 The successful bidder shall provide a minimum of two (2) trained armed and properly licensed (Security Officer Class "D" and firearms license Class "G") employees per truck. 4,2,2 The successful bidder shall a minimum of ten (10) armored vehicles and employ a minimum of twenty (20) employees. 4,2,3 The bidder shall maintain an office within the geographic boundaries of Dade, Broward or hrlonroe Counties. The office shall be staffed by a competent company representative who can be contacted dying normal working hours and who is authorized to discuss matters pertaining to the contract. 4,2.4 Funds must be deposited in the City's bank account on the date the money is picked -up from the City. 4.2,5 The successfu) bidder shall pick-up from the locations fisted below as follows: FACILITY ADDRESS PICKUP SCHEDULE R#Ils Coin Checks Amount PARKING DEPAF?i'tiIENT GARAGES 7th Street Garage 210 7 St,°eet Seven (7) days a week, Except Christmas Day. From 7:30 a.m to 10:30 a.m. 5 .bags dail ; rarel' i !A $2000 daily 12th Street Garage 12 Street and Drexel Ave Seven (7) days a week, Except Christmas Day. From 7:30 a.m to 10:30 a.m. 5 bags daily rarefy N/A $2000 daily 13th Street Garage 1301 Collins Avenue Seven (7) days a week, Except Christmas Day, From 7:30 a.m to 10:30 a.m. 6 ba+s daily rarely N/A $3000 daily $5000 daily 17th Street Game 601 17 Street Seven (7) days a week, Except Christmas Day. From 7:30 arm to 10:30 a.m. 8 bags daily rarely NA Anchor Garage 1557 Washington Ave Seven (7) days a week, Except Christmas Day. From 7:30 a.m to 10:30 a.m. 8 bags daily rarely NIA $5000 daily 1755 Meridian Coln Room Avenue Five (5) days a week {Monday thru Friday}, From: 10:30 a.m. to 1:00 p.m. 4 bags daily 25 bags daily NIA $41,000 daily Sunset Harbour Garage 1900 Say Drive Seven (7) days a week, Except Christmas Day. From 7:30 a.m to 10:30 a.m. 5 bags daily rarely NIA $2000 daily M 1`v`1iBEACH -10- ITB 2014-CC24,•1F—Armored' Car Services Seca cn 4 —Technical S eci0cations 4.2.5 (Contd.) FACILITY ADDRESS PICKUP SCNE:UL.E Bills Coin Checks Amount FINANCE DEPARTMENT Ci Hall 1700 Convention Center Drive, 1st Floor Five (5) days a week, Monday thru Friday, From 10:00 a.m. to 5:00 p.m. 10% Cash, 90% checks $150,100 to $1,000,000 dail Customer Service Center 1755 Meridian Avenue, 1st Floor, Suite 100 Five (5) days a week, Monday thru Friday. From 10:00 a.m. to 5:00 p.m, 10% Cash, 90% checks $100,000 to $500,000 daily PARKS & RECREATION, -" Miami Beach Golf Club Miami Beach Golf Club:2301 Alton Road Two (2) days a week, Tuesday and Thursday, From 1C:30 a.m, to 4,00 p.m. 90% cash, 10% checks $25,0001 tick-u� Normandy Shores Golf Club Normandy Shores Golf Club: 2401 Biarritz Drive Two (2) days a week, Tuesday and Friday, From10:30 a,m. to 4;00 p.m. 90% cash, 10% checks $5,000 / pick-up 4.2..6 Certified signatures cf each authorized collector aid written notice of changes must, be furnished to each location listed above. 4.2,7 The City agrees to prepare and package each shipment in sealed package(s) or container(s) and mark it properly. The value of the contents must be legibly shown on the outside of each package, The Firm has the right to refuse a pick-up if any package is not properly marked. 4.2.8 The Successful contractor is liable for packages and monies upon signing a receipt for such items, and giving that receipt to a designated authorized City representative. 4..2.9 The cast, if any, associated with the set-up of the service must be noted on the bid form. The contractor shall be responsible for the return of City supplied Deposit bags, cans or packages. Any bag, can or package not returned by the contractor shall either be replaced by the contractor or the contractor shall reimburse the City at the current replacement cost. 4.2.10 Delivery will be to, (currently, but subject to change) SunTrust Bank Miami, NA, located at 8750 NW 21st Terrace, Miami, Florida 33172. 4.2,11 Bidders are required to provide change money transportation service upon request. The City will request change money from SunTrust Bank, and this money will be transported from the Bank to the location requesting change honey on their regularly scheduled pick-up. This service to be included in the cost of the regularly scheduled pick-up. 4.2,12 A secure, fire resistant vault - necessary to secure City funds over night shall be provided, 4,3 ADDITIONAL SERVICES: 4.3.1 Bidders shall provide a price for off schedule pick-ups in addition to regular pick-ups. 4,3.2 Contractor shall provide the cost of supplies (bags, tags, seals etc.) to be purchased at the discretion of the City. 4,4 EMPLOYEES ARE RESPONSIBILITY OF BIDDER: All employees of the bidder shall be considered to be, of all times, the sole employees of the bidder under its sole direction and not an employee or agent of the City. The bidder shall supply competent and physically capable employees. The City may require the bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on the City's property is not in the best interest of the City. Each employee shall have and wear proper identification. Mt ;t\A1 PEACH -li- ITB 2014-042-MF -Armored Car Services ! Section 5 - Bid Prig F.;r m Revised 11/113 Ane SECTION 5.0 BiD PRICE FORM B'dder affirms that the prices stated on the bid price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specif'cations and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cast indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The B:d Price Form (Section 5) shall be completed mechanically or, if manually, in ink. Bid Price Forms (Section 5) completed in pencil shalt be deemed non -responsive. All corrections on the Eid Price Form (Section 5) shall be initialed, 1 2 3 Cost cer Cost per pick-up (After Hours, Irieekend and Hoidays) i.i.• F 1• : "'tea a=°� , , _. Company! Auttnrized Representative: Address: Telephone: Email: Authorized Repres=_nta tve's Signet:are; One tame set-ua cost if any 12"x16" tamper evident Lag (indicate cost if 4 sny TOTAL 1 -4 M AIv\ i BEAC'H City of Miami Beach, 1700 Convention Canter Drive, Miami Beath, Florfaa 33139, www.miamibsocHl.yov PROCUREMENT.IX/ISON Tel: 395 673-7d90 , Fax: 305ry573.7851 INVITATION TO BID NO. 20'i 3wOO2 MF ADDENDUM NO. 1 November 1, 2073 ARMORED CAR SERVICES l amended as follows; I. Deadline for the receipt of bids is hereby postponed until November 12, 2013 at 3,40pm. 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 Alex Den Is Procurement Director rmf t\!AMBEACH City of Miami Beach, 1700 Corvenricr, Center Drava, Miami Becch, Florida 33139, wwvi.mianlibeachf#.5ov PROCUREMENT DIVISION Tel 3 "5-673-7490 , Fax: 305-673-7851 INVITATION TO BID NO. 2013-OO2-MF ADDENDUM NO, 2 November 8, 2013 ARMORED CAR SERVICES is amended as follows: Deadline for the receipt of bids is hereby postponed until November 19, 2013 at 3:OOpm. IE. Bid Price Form has been revised to show cost per pick-up rates instead of weekly rates (see attachment). Bidder shall provide Monday through Friday, regular business hours pick-up rate., and weekend, after hours and holiday pick-up rate. Bidders must submit the revised Bid Price Form in order to be considered for award. The following Holidays are observed by the City: INIew Year's Day, Martin Luther King, Jr, Birthday, Presidents' Jay, Memorial Day, Labor Day, Veterans' Day, Thanksgiving Day, Christmas Day. lll. DELETE Section 4.3 ADDITIONAL SERVICES in its entirety (strikethrough language denotes deleted language): 4.3.1 Bid -de es la 1 erreeti-d-e-a prco for-eftseheeduier ick-upe adekieeetc rcgeelar 4.3.2 Cer-rtrnctor shall provid-e- theemost a -st .-ie-s {bag -stage, ccels c-tc.) tee- ho puceteaccd at the-4I-ser +En 0f tho sty IV. ADD language to section 4.2,9 as follows: 4.2.9.a The City utilizes 12"x16" tamper evident bank bags for Miami Beach Golf Club, Normandy Shores Golf Club, City Hall Cashier and Customer Service Center locations. The estimated annual usage is 1,000 bags. Vendor is responsible for providing bank bags for these four locations whether at cost or at no charge. A space is provided on the Cost Proposal form to price bank bags. If at no charge, please indicate so in the form. The Garages do not use vendor supplied bags, these are purchased through a separate solicitation. 4.2.9.b The contractor shall be responsible for the return of City supplied Deposit bags, cans or packages. Any bag, can or package not returned by the contractor shall either be replaced by the contractor or the contractor shall reimburse the City at the current replacement cost. V. REVISE SECTION 3.21 ADDITION/DELETION OF FACILITIES (strikethrough language denotes deleted language): 3.21 ADDITIONAL/DELETION OF FACILITIES. Although this Solicitation identifies specific facilities to be serviced, it is hereby agreed and understood that any department or facility may be added/deleted lolfrom this contract al the option of the City. When an addition to the contract ri-B 2014-002 -Mr- Armored Car Services Addendum No. 2 Page 2 of 5 is required, successful bidder shall submit a cost proposal according to the rate per pickup submitted on the bid form for these new facilities. The weekly oesx-fer-a--new-facility 'Mi1-14e calculated--d-e-pending-en--the number o ifek- p -per—week-;-w# i u-aficc per faculty, If the preposo.l--i-s-eompa able l--prices offor3d-te sirmilar facilities, the -award -may be. made -at -the gaotcd price --if n-4Ite. e-st interest of the -tatty. The new location will become part of the contract. 1.I1, Add Section 6.12. Additional documentation. Bidder must submit the following documentation in order to enable the City to evaluate requirements under Section 3.15 and Sections 4.2.1 through 4.2.3: Copies of required licenses for both bidder (Class "B" Security Agency), and Bidder's employees servicing City of Miami Beach account (Security Officer Class "D' and firearms license Class "G"). • Letter detailing the Bidder's capability to provide the services as outlined in this Invitation to Bid, including but not limited to number of employees and number of vehicles owned, office location, operating hours, and qualifications of Bidder's personnel that will be assigned to work on the City's account (title, years of experience, etc). VI1. Pre -bid meeting sign -in sheet Is attached for bidder's information, VJIII. The following are answers to questions submitted by prospective bidders: Question 1: Since the Respondent is required to submit an electronic copy of their response on CD- ROM or Flash drive, will the City waive the requirement for an additional three paper copies? Answer: No, three paper copies, in addition to the electronic copy, are required with your bid submission, Question 2: Can you provide a copy of the form the Respondent is required to complete in either Word or Excel format? Answer: Section 5, Bid Price Form, and Section 6, Bid Certifications and Affidavits are available in Word format through the Public Purchase website, the City's bid notification system (see Public Purchase information attached). Question 3: What firm currently provides this service for the City? Answer: Transvalue, Inc, Question 4: What is the City currently paying at each location for armored car service? Answer: Pick-up Location Cost per Week 7th Street Garage $112 12th Street Garage $112 13th Street Garage $112 17th Street Garage $112 Anchor Garag 1 $112 Pick-up Location Cost per Week Coin Room $116 Cashier (City Hall) $90 Miami Beach Golf Club $45 Normandy Shores Golf Club $45 Customer Service Center Included with City Hall Question 5: Is the City currently paying a fuel surcharge and if so in what amount? Answer: No. 1 TB 2014-002 —Mr- Armored Car Services Addendum No. 2 Page 3 of 5 Question 6: Does the Living Wage requirement of $11.28 per hour apply to this armored car services bid? • If so, please explain the required payroll reporting requirements. • Can you provide a sample of the payroll reporting forms utilized by your current carrier? • If the total annual value of this contract is less than $100,000 does the living wage requirement still apply? Answer: Please note that the Living Wage Ordinance does not apply to this contract. Any reference to Living Wage is hereby removed from the ITB document. Question 7: Faragraph 3.5 indicates that pricing is to be fixed for a three-year period. Since pricing is fixed will the City accept a fuel surcharge to offset increases in the cost of fuel during the contract period? Answer: No. Question 8: Regarding Section 4.0 will any of the City's locations accept delivery of deposits to the bank on the next business day? Answer: No, the City requires same day deposits for all locations. Question 9: Are all of the City's locations currently receiving same day delivery to the bank? Answer: Yes. Question 10: The Garage locations indicate service is required every day except Christmas Day. Will these locations consider excluding the pickup requirement for Thanksgiving Day? Answer: No, pick-up on Thanksgiving day is required. Questions 11: Section 4 indicates the Coin room has 25 bags of coin daily. Is that the maximum number of coin bags or the average number? Answer: 25 bags is the average number of bags daily. The amount of bags varies. • What is the weight of each coin bag? Answer: Average: 50Ibs for quarters/dimes, and 45 Ibs for nickels. • Please describe the location where the coin bags are picked up. For example, is there a dock? is the pickup point at ground level? Answer; The coin room is at ground level. • What equipment does your current provider use to pick up these coin bags? Answer: The coin room has a dolly ready with bags of coins on it for pick up. Question 12: Does the Miami Beach Golf Club and the Normandy Shores Golf Club require two day service year-round? Answer: Yes. Question 13: Do any of the pickup points have security requirements that the Carrier should be aware of? For example, is the Carrier permitted to be armed at all times in the performance of their duties? Answer: This can be discussed in detail after award of contract, however, there are no security requirements that will prevent the carrier to be armed while performing their duties. Question 14: Paragraph 4.2.11 indicates that change money will be requested from Sun Trust Bank. What is the average value of a change pick up/delivery for each location? Answer: On average, the Miami Beach Golf Club requests $1,000, and North Shore Golf Club requests $500 of change money. /TB 2014-002 -11.4F Armored Car Services Addendum No. 2 Page 4 of 5 Question 15: Paragraph 4.3.2 requests the cost of supplies and the examples provided include bags, tags, seals, etc. Are any City locations using anything other than tamper evident bank bags? Answer: Please note that section 4,3.2 has been deleted: Refer to revised Section 2.2.9. for supplies needed by the City. • Pease indicate the size and quantity of tamper evident bank bags that you would like priced. ',nswer: if supplied at a cost to the City, provide price for 12"x16" tamper evident bags. If no charge, please indicate so on the bid form. Citywide usage is approximately 1,000 bags per year, Question 16: Section 5.0, Bid Pricing Form, requires pricing per week. Can the Respondent quote per month rates? Can you provide a Pricing Form that permits the respondent to quote per month pricing? Answer: The bid proposal form has been revised to show rates per pick-up, monthly pricing will not be accepted. Please ensure you submit your bid using the revised form or your bid will be considered non -responsive, Question 17: Paragraph 6.5 requires the Respondent to request a D&B report be sent directly to the City. We believe the City must request this report directly from Dun and Bradstreet. Please advise how the Respondent should proceed. In lieu of a D&B report will the City accept the Respondent's Financial information such as key ratios? Answer: The prospective Provider shall request the report from D&B at: https:f/supplierportal,dnb,cormwebapp/wcs/storesiservIetfSupplierPortal?storeld=11696 The City reserves the right to require other financial information (e.g., audited financial statements, bonding capacity, credit history, etc.), as part of the solicitation submittal requirements or during the evaluation process, as necessary to evaluate financial capacity. Please refer page 14 of the ITB document, Section 6.1 Financial Capacity. Question 18: Does Paragraph 6.10 waive the Living Wage reporting requirement? Answer: Living wage requirement does not apply to this contract. Question 19: Paragraph 6.11 requires equal benefits for employees with spouses/domestic partners for contracts over $100,000, Is that $100,000 per year or total contract term? Answer; The equal benefits requirement applies to contracts valued at $100,000 or more per contract term. • Is the Respondent required to provide answers to Paragraph 6.11 if the contract value is less than $100,000? Answer: If your bid is less than $100,000 for the three-year contract term, you may ornit response to Section 6,1.1. • This section further states that the Respondent roust submit supporting documentation such as a statement from the insurance provider or a copy of the plan document. It also asks for a copy of leave programs. Can this requirement be waived until after a determination of contract award? Answer: No, documentation that provides proof of domestic partner benefits must be. submitted prior to the determination for award when contract award exceeds $100,000. • Does this requirement apply if the contract value is less than $100,000 Answer: The equal benefits requirement does not apply to a contract terms valued at less than $100,000. i1B'2C14-7602 S,57vio6rs Addendum No, 2 Page 5of 5 THIS IS A FORMAL ADDENDUM THAT HAS TO B'E ACKNOWLEDGED IN THE BID ADDENDA ACKNOWLEDGEMENT FORM. IF A BIDDER FAILS TO ACKNOWLEDGE RECEIPT OF THIS ADDENDUM AS PART OF ITS BID SUBMISSION, THE CITY RESERVES THE RIGHT TO REQUEST, AND THE BIDDER MUST COMPLY WITHIN TWO -(2) BUSINESS DAYS AFTER RECEIPT OF WRITTEN REQUEST FROM THE CITY BEACH Denis Procurement Director mf tv'\ A tv\ B EACH City of Miartii Beach, 1700 Con ei::on Center Drive, Milani Beach, Florida 33139, www.miamiaeachfl:gov DEPAR"M.EN T OF PROCUREMENT MANAGEMENT Tal: 305•673-7490 , Fax: 305.6737851 INVITATION TC) BID NO. 2O14-O02-1k4F ADDENDUM NO. 3 November 19, 2013 ARMORED CAC: SERVICES is amended as follows; I. Deadline for the receipt of bids is hereby postponed until November27, 2013at3:00pm. INASMUCH AS THIS CHANGE DOES NOT MATERIALLY AFFECT THE BID DOCUMENT, BIDDERS ARE NOT REQUIRED TO ACKNOWLEDGE THIS ADDENDUM TO BE DEEMED RESPONSIVE. n' OF MIAMI BEACH Alex Deis Procurement Director iif , ,4 , \ r)FACH- __ 1 City of Miami Beach, 1700 Conveition Cantor Drive, Miami Beacii, Florida 33139, www.miamilaeachil.,gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tal: 305-673-7490 , Fax: 305-673-7851 INVITATION TO BID NO. 2014-002-ME ADDENDUM NO, 4 November 22, 2013 AP,MORED CAR SERVICES is amended as follows: Deadline for the receipt of bids remains Nove.mber 27, 2013 at 3:00pm IL The requirement to pick-up on Thanksgiving Day is removed from the 1TB. lft Clarification to Section 4,2.4: "Funds must be deposited in the City's bank account on the date the money is picke.d-up from the City". The City utilizes SunTrust vault servic.es. The deposits must be delivered to SunTrust vault located at located at 5575 NW 87 Avenue, Miami, FL 33178 the day °fele pick-up. (Note that the address provided on the ITB document, 8750 NW 21st Terrace, Miami, Florida 33172, is replaced by the above). THIS IS A FORMAL ADDENDUM THAT HAS TO BE ACKNOWLEDGED IN THE BID ADDENDA ACKNOWLEDGEMENT FORM. IF A BIDDER FAILS TO ACKNOWLEDGE RECEIPT OF THIS ADDENDUM AS PART OF ITS BID SUBMISSION, THE CITY RESERVES THE RIGHT TO REQUEST, AND THE BIDDER MUST COMPLY WITHIN TWO (2) BUSINESS DAYS AFTER RECEIPT OF WRITTEN REQUEST FROM THE CITY. CITY OF MIAMI BEACH lex Denis ocurement Director mf MIAN\ BEACH Procurement Deportment, 1755 Mefio an 3. w+,,,,,,v,voonl,Eltae,..t.:t!,:ge,,,, 305-673-7410 Submitted via E-mail to: le,sus.rodrique5j_ratrans,yalueinc.net December 29, 20'16 Jesus Rodriguez Transvalue, Inc, 7421 Northwest 7 Street Miami, Florida 33126 Subject: RENEWAL OF AGREEMENT PURSUANT TO INVITATION TO SID (IT3) NO. 2014-002-ITB-MF FOR ARMORED CAR SERVICES Dear Mr. Rodriguez, This letter shall serve as notification that the City Manager has approved a one (1) year extension of the Agreernent with Transvalue. Inc,, for armored car serAces, pursuant to the above -referenced ITS. The Agreement shall new be effective through February 23, 2018. Should you have any questions or need additional information, please contact Febe Perez at 305-673-7490 or febenerez@mlamibeachfllov. Alex D nis Prc,k,,urement Director AM BBEACH City of Miami Beach, 17O) Cow/enroll Canier Drive, Miami Beach, Florida 33' 39, v,^,vw.miamibeach9.gav COMMISSION MEMOANUUM TO: Mayor Philip Levine and Members o #the City C rnmisslcn FROM: OM: Jimmy L. Morales, City Manager DATE: January 15, 2014 SUBJECT: REQUEST FOR APPROVAL. TO AWA" tJ A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO, 2014-002 FOR ARM RED CAR SERVICES ADMINISTRATION RECOMMENDATION Approve the award of the contract. KEY INTENDED OUTCOME Strengthen internal controls. FUNDING The annual cost associated with Armored Car Services is subject to funds availability approved through the annua! budgeting process, Account information and availability of funds shall be verified and approved for each request prior to procuring the services. The funding and accounts noted below are the FY 2014 budget amounts approved by Commission. $7,000,00 Parking Department Account No. 480-0462-000325 $3,000.00 Parking Department Account No. 142-6976-000325 $5,000,00 Parking Department Account No. 463-1 990-000325 $24,000.00 Parking Department Account No, 480-04663-000325 $4,680.00 Finance Department Account No. 011-0362-000343 $2,340.00 Miami Beach Golf Club Account No. 011-0970-000343 $2,340.00 Normandy Shores Golf Club Account No, 011-0975-000343 $52,360.00 Total Should add:tional funding be required due to increased need of services, it will be subject to the review and approval of the Office of Budget and Performance Improvement (OBFI). BACKGROUND INFORMATION The purpose of Invitation to Bid (ITB) No. 2014-002 is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide armored car services to protect the City of Miami Beach (the "City") property and monies in transport from one location to another for the Parking, Parks and Finance Departments. The contract(s) entered into with the successful bidder(s) shall remain in effect for three (3) years. The price offered by the Bidder in its Bid Proposal shall be fixed for the original three (3) year term, The City, through its City Manager, shall have the option to renew this contract for an additional three (3) one-year periods on a year-to-year basis. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on changes in the applicable CPI-U index. 64 Commission I femorardum (TB 2014 0G2 Armored Car Services January 15, 2014 Pa j I 2 ITB PROCESS ITB No, 2014-002, was issued on October 11, 2013, with a bid opening date of November6', 2013. A total of four (4) addendtens were issued, to answer to questions submitted by prospective bidders, thus postponing the bid opening date to Novernber 17, 2013. The Public Group issued bid notices and nine (9) prospective bidders accessed the advertised solicitation. Additionally, the Department of Procurement Management sent the ITB document to four (4) firms. The notices resulted in the receipt of the following two (2) bids: • Transvalue, Inc. • Loomis Armored US, LLC Br°nks and Dunbar submitted kNo Bid' responses due to some of the City's requirement stated within the fTB, including same day delivery of collected monies to the City's bank, Loomis Armored US, LLC's bid, aside trcm being significantly higher than the bid from Transvalue, was deemed non -responsive due to a list of ccntract exceptions submitted by Loomis, including pricing and rate adjustments language and contract terms that did not comply with the bid requirements. The ITS stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the ITB will be recommended for award. Veterans and local preferences were considered during the tabulation cf the bids received, Please note that neither veteran nor local preference was applied to any of the bidders, The sole responsive bid received from Transvalue, inc. was deemed responsive to the bid requirements. In determining responsiveness and responsibility of the sole responsive bidder, the Department of Procurement Management verified the following: • Minimum Requirements Transvalue, Inc. possesses a Class "d" Security Agency License in the State of Florida for a three (3) year period, owns at least 10 vehicles and employs more than 20 employees. • Financial Capacity D&B Report was obtained indicating Transvalue, Inc. has a low supplier evaluation risk rating. • Past Performance Transvalue has provided armored car services to the City for the past four (4) years, All three (3) Departments serviced by Transvalue have provided positive, feedback regarding Transvalue's performance under the current contract. Other references contacted provided a positive review. 65 Commission Memorandum 1TB 2014-002 Armored Car Services January 15, 20U Para J3 DPM benchmarks d the price received from Transvalue, Inc. vdith pricing offered to Miami - Dade County by Dunbar pursuant to contract 6092-0/14. The following table shows the comparison: Item Bescripkion Transvalue ITB 2014-002 Dunbar MD County 1 Cost per pick-up Monday -Friday $17.00 $18.05 2 Cast per pickup (After Hours, Weekend and Hoildays $17.00 Nat available Pricing received from Transvalue, Inc„ in response to the !TB and estimated annual amounts is included in Appendix A. Based on the above, it is recommended that Transvalue be awarded the contract Transvalue,_inc. Trans\talue, Inc. was founded in 1 g92 in Miami. The company has satisfactorily provided the City of Miami Beach armored car services since 2009. Their customers include both private and government agencies, including Global Spectrum (Miami Beach Convention Center), Office of Veterans Affairs, Browarci County and the Federal Reserve Bank among others. CITY MANAGER'S REVIEW After considering the review and recommendation cf City staff, the City Manager exercised his due diligence and is recommending to the Mayor and the City Commission to award a contract to Transvalue, Inc. CONCLUSION Based on the aforementioned, the Administration recommends that the Mayor and City Commission award a contract pursuant to invitation to Bid (ITB) No, 20'14-002 for Armored Car Services to Transvalue, Inc. in the amount of $52,360, T:WGENDA42014tilanua f11Ta 2014-002-,MF Armored Car Services •MEMO.dcc 66 !TB 2014-002-MF -Armored Car Serricas Secl on 5 - E'd Nee Fern f'evlsed 11/8i13 SECTION 5.0 BD PRICE FORM Bidder affirms that the prices stated en the bid price form below represents the entire cost of the items in full accordance with the requirements cf this IT6, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager In advance. The Bid Price Form (Section 5) shall be completed mechanically or, if mari.iaily, in ink. Bid Price Forms (Section 5) completed in pencil shall be deemed non -responsive, All corrections en the Bid Price Form (Section 5) shay be initia°'ed. 2 n 4 OTAL 1 -4 Cost per pick-up (Monday-F': iday) Cost per pick-up (After Hours, Weekend and Holidays) One time set-up cost if any 12"x16" tamper evident bag (indicate cost if any) 21460 Each 680 1,000 Each . Each 17.00 $ 17.00 $ 0.00 s 41,820,00 $ 11,560,00 a 0.00 0,32 s 320,00 $ 53,700.00 company: Transvalue, Inc. Authedeed Repressetative: Jesus Rodriquez Address: 7421 NW 7th Street, Miami, Florida 33126 ierei/hese: 305-592-0997 Ma° Email. Jesus.RodriguezJr<.7Transva.lueinc.net Author!zed Representative's Signature: y- ;' 1T3 2C14-002.NIF—Armcred Car cerr!cas Saclion 5 Di' q�e� =aria SECTION 5.0 BID FREE FORM ,110120kftiftkigs sIW 1 Ittithi ". I' =il ' I S1 rvi,..l ..4143(1, with the req!:rernents of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and That no ce!rn will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cast )hc exes or any other uness a cost escalation provision is allowed herein and has been exercised by the City Manager in @ taco, The Bid Price Form (Section 5) shall be completed mechanically or, if manually, in irk. Bid Price Forms (Sectio 5) completed in pencil strafe be deemed nonresponsive. All corrections on the Bid Price Form (Section 5) shaii be lniti, 4Lw7 ,yp.'..3 • ai '06 11d ids ! • Eri ;4'-Ii, ,., YY .- `t, enS 1 . 7h Sheet Garage 52 weeks .�IFi.... .. $ $ 2 12th7 Street Garage 52 Weeks $ $ 3 131h, Street Garage 52 Weeks $ $ 4 17'11 Street Garage 52 Meeks $ 1 $ 5 Anchor Garage 52 Weeks $ $ 5 Coin Rabin 52 Wee $ 7 Cfty Hal! \ 52 Weeks $ 8 Customer Service Carter \52 111M 5 $ 9 Mnimii Beach Gulf Club 52' $ $ 10 Noimarifiy Shams Golf Club 52 ii,, Weds $ • _ Cr'e time set•tig cost If any 1 ct, 5 $ TOTAL 1 11 5 $ 4 Tor H Yr z._'fy'-' Additional Services Est. Quanti ies Pi 12 Off Schedule Fick- u 2 Each $ 13 Cost of supplies (please attach once list) nia nla 14 Additional Si:es within City of Miami Beach llm!ts added during the term of the contract (please prov!de cost per pick-up) c/a E_3ch $ Company: Authorized Representative: Address; Telephone: Email: Authorized Representative's Signature; Ar`:AMIBErJ1cH -]2- IT9201d1•002-MF--ArrrcredCar S nrlcss Section 5— Bld Certii'callrn & AffdavIfs 6.1 General Pro poserInformation, FIRM NAME. Transvalue, Inc. NO OF YEARS IN BUSINESS: NO OF YEARS IN BUSINESS LOCALLY: 20 years 20 years NC. OF EMPLOYEES: 50 OTHER NAME(3) BIDDER HAS OFEr sT_D LNDER IN THE LAST 10 YEARS: None FIRM PRIMARY ADDRESS (HEADQUARTERS): 7421 NW 7 Street CITY; Miami STATE: Florida TELEP DNFfIO,: 305-592-0997 TOLL FRET: NO.; None F.axN:},: 305-592-5798 FIRM LOC.L. AD .RESS: 7421 NW 7 Street C. Y: Miami STATE: Florida PRIMARY ACCOUNT REPRESENTATIVE. FOR THIS ENGAGEMENT; Jesus Rodriguez ACCOUNT REP TELEPHONE. NO.: 305-592-0997 ACCOUNT REP TOLL FREE NO.: None ACCOUNT REP EMAIL: Jesus.RodrigguezJr transvalueinc.net FEDERAL TAX IDENTIFICATION NO.: 65s-0393632 The City reserves the right to seek additional information from bidder 1 proposer or other saurce(s), Including but not limited to: any firm or principal information, applicable Iicensure, resumes of relevant Individuals, client information, fnanclai Information, or any information the City deems necessary to evaluate the capacity of the bidder / proposer tc perform in accordance with contract requirements. MIAAAI BEACH -13- I s 2014-002•M1+ - Armored Car Serricos S ct:on 6 - Sic' Cellfic `.ion & Airdavlts M.) .i .'.4 ._-ear _ 6.2. Acknowledgement cf Addendum. After issuance of solicitation, the City may have released one or rote addenda to the solicitation, 'which may provice additional information to proposers er alter Solicitation requirements. Proposers are solely responsible for assuring they have received any and all addenda Issued pursuant !o solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of elf addenda may result In proposal disqualification. initial to garflrm ece;at Initial to Confirm Receipt Initial to Confirm Receipt rt Aaderdcrm 1 Addendum 6 Adderdun 11 l Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 !f addit'oral confirmation of addendum is required, suhrnk under separate cover. 6,3. Miami Beach Based (LocalJVendar. Is prceose,r a Miami Peach based firm? YES NO SUBMITTAL RE.QUIREfrIENT: Proposers 'claiming Mlarnl Beach vendor status shall submit a Business Tax Receipt issued by the City of Nllemi Beach AND proof of business residency with the City for at feast one year prior to bid submittal, as required pursuant to ordinance 2011-3747. 6.4. Veteran Owned Business. Is proposer a veleta owned business?. _ YES NO SUBMITTAL REQUiRErMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran -owned business or a service --disabled ve°er'an owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011- 3748, 6.5. Financial Capacity. Proposers shall request Dun & Bradstreet to submit directly to the City through electronic means by the proposal due date, or within three (3) days cf notification, a Dun & Bradstreet Suppier Evaluation Report on line direct,/ from Dun & Bradstreet, The prospective Provider shall request the report from D&B at: https:/1supplierportal.dnb comiwebaupfwcslstoreslservlet'SuppiierPortal?storerd=i 1696 The City reserves the right to require other financial information (e,g,, audited financial statements, bonding capacity, credit history, etc.), as part of the solicitation submittal requirements or during the evaluation process, as necessary to evaluate financial capacity. d . .: rtiC'l1 14- ;TE. 2Q I.4 0C2-,MF - Armored Car 5arrices Sectloo 6 - 8'd CertifcatIon Atidavils 6.6, References & Past Performance. Proposer sseii submit at least three (3) references for whom the proposer has completed work similar in size and nature as the Work referenced in solicitation, SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, Inducting the fcllo ing Information: 1) Firm Name, 2) Contact Individual flame & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) (Narrative on Scope of Services P>rovided, 6.7. Public Entity Crimes, In accordance with Florida Statutes, any bidder or bidder's principals, including officers, directors, execut;ves, partners, shareholders, employees, members, agent or as otherwise, defined In Florida Statute 287.133, 'nciuding Joint venture partners, who have bean placed on the convicted vendor list following a conviction for a public entity crime may net submit a bid, prcpcsal, or reply on a contract to provide any goods or services to a pubic entity; may not submit a bid, proposal, or reply or a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property tc a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity In excess cf the thrsshoid amount provided in Florida Statute 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed cn the convicted vendor list. Has proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? YES [ NO SIJBMITTAL REQUIREMENT: If answer to above Is "YES," Proposer shall submit a statement detailing the reasons that led to the vlolaticn(s) cr contract cancellatlon(s), 6.8. Vendor Campaign Contributions. Proposers are expected to be err became familiar with, the City's Campaign Finance Reform Paws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers snail be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shal, be subject to any and all sanctions, as prescribed therein, Including disquaiflcatlon of their Proposals, In the event offsuch non-compliance. SUBMITTAL REQUIREMENT: Submit the names cf at Individuals or entities (including your sun -consultants) with a controlling financial Interest as defined in IT6. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or Indirectly, of a candidate who has 'scan elected to he office of Mayor or City Commissioner for the City cf Mlami Beach. 6.9. Code of Business Ethics. Pursuant to City Resolution No.20O0-23879, each person or entity that seeks to do business with the City shall adopt e Cade of Business Ethics ("Code") and submit that Code to the Department of Procurement Management (DPM) with to bid/response or within five (5) days uperreceipt of request, The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of Interest, lobbying and ethics provision of the City of tillami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, proposer may submit a statement Indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at w5w .mlamibeachfLgovlprccurementl, 6.10. Living Wage. Pursuant to Section 2-408 of the fvtlaml Beach City Code, as same may be amended from time to time, proposers shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed belcwv, RLA1 :1 -45- iTB 2014-302-MF —Armored Oar Sewn es 1 Section 8 —Sid Gertl"c=:'c Affk 'tits i Corr:mencing with City fiscal year 2012-13 (October 1, 2012), the hourly living rate will be $11.28/hr with health benefits, and $12,92rhr without benefits. The living wage rate and health care, benefits rate may, by Resolution of the City Commission be Indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI•U) Miami/Ft. Lauderdale, issued by the U.S. Departrnent of Labor's Bureau of Labor Statistics. Niotwttlhstand'ng fhe preceding, no annual index shall exceed three percent (3%). The Oily may also, by resolution, elect not to index the Irving wage rate in any particular year, if It determines it would not be fiscally sound to Irnpierrent same (In a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this bid, under which the City may, at its sole option, Immediately deem said proposer as :non -responsive, and may further subject proposer to additional penalties and fines, as provided In the City's Living Wage Ordinance, as amended, Further information on the Living Wage requirement is available at w w.miamibeachf..gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue cf executing this affidavit document, Proposer agrees to the living wage requirement. 6,11, Equal Benefits for Employees with Spouses and Employees with Domestic Partners, When awarding competitively so?kited contracts valued at over $100,CCC whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits.for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are . awarded a contract pursuant to compettire bids, to provide 'Equal Benefits" to their employees with domestic par ners, as they prov de to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in • the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your cornoarny crovicio or offer access to any benefits to employees with spouses or to spouses of erployees? • r YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domesr'c partners of em to ees? IY. IYES 11No C. Please cheek all benefits that apply to your answers above and list in the "other" section any addltional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leaVe; other benefits are provided directly 10 the spouse or domestic partner, such as medical insurance. BENEP' T FIrnt Provrdes for Emaloyess wllh Spouses Firm Provides for cnoloyses with Domestic Partners Flrm does net Provide Benefit ea. ih T x Sick Leave Fernii Medical Leave Bereavement Leave �( If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no lnsurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. - 16 - .78 v:1.21."„,, jGe Saci�cn 6—'r'.rd Cer.7,casf ,n & A ffiavis rvn r.•�ea�'r4I warnrms�.wrti A.pproval is not guaranteed and the City Manager's decision is final. Further Information on the Equal Benefits rscuirement Is ava;IGhle at wvw.mlamlt;eachtl.govlprocuren-er.U. SUBMITTAL REQUITEMENT: YOU M'JST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C,'Nithout proper documentation, your company cannot be certified as complying with Ehe City's Equal Benefits Raquirerne,nt for Domestic Partner Ordinance. For example, to document medical irstirance submit a statement from your Insurance provider or a copy of the eligibility section of your plan document, to dccumelt leave programs, submit a copy of your company's employee handbook, if docume,ntatIon for e calico ar benefit does not exist, attach an explanation. Its November 19, 2013 Marta. Fernandez -Rubio, CPPB, Procurement Coordinator DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive, Ivlianu Beach, FL 33139 Re: Arrnored Car Services Invitation to Bid No, 2013-002-IVIF Pursuant to the request for a letter detailing the bidder's capability to provide the services outlined in this invitation to bid, this bidder submits this letter. TransValue, Inc. is the current service provider for this contract and has held several government contracts since 1993, Transvalue, Inc. currently .has 50 employees and 17 armored trucks. The company is backed by its all risk cargo insurance policy covering USD 100,000,000,00 per occurrence and. enjoys a very good reputation amongst its clients. Our operating hours are 24 hours a day and 365 days a year. Our office is located at 7421 N.W. 7 Street, Miami., EL 33126. Ali of our guards have their D & G license and also undergo extensive training with industry experts in addition to the state requirements. Sincerely, Jes Rodriguez Chief Executive Officer TransValue, Inc. 7421 N,W. 7 Street, Miami, FL 331126 Tel: 305-582-0997 Fax: SCG5 592-5798 6 vvvv4v..tlransveiueinc,net e The information contained in this record is confidential and exempt pursuant to Section 119.0712(2)(b), Florida Statutes. • Li� vim/ �.. '" sm i� t.. .s•�'iri•kE'I� {is 11,• rs' `� ss45 .n1sHri.0 r,�'=b'` 7�s,Y s Y a rl _Jo r 'at S?. � FLORIDA_ DEPAL TI 1 F.NT OF AGRICULTURE _AND CONS UMER SERVICES CAM Ii. PTJTNNAM. CoMIMSSIONE1Z DIVISION OF LICENSING ISSUE DATE: 391101 ,1 THE AGENCY OR SCHOOL NAMED BELOW IS LICENSED AND REGULATED UNDER THE PROVISIONS OF CHAPTER 493, FLORIDA STATU i ES, FOR THE PERIOD EXPIRING DECEM_SUR 02, 2014 SEC17I +I AGENCY TRANSVALUE.: , iNC_ 7421 107 7 ST_ LTAbT> , FL 3 312 6 kiCTh1Th ,VO Lt IS F. PRESIDENT ROUR1GIEZ, uESs7S G ?ORES IMENT RODR_Iuut Z, FIDEL All[ fir VICE PRESIDENT EDYA, MEEK& 1I_ _- SECRETARY RODRIGuEZ, •3ES5 G LICENSE NO., 5 93a0052 ARAM IL PUTNAM COAMUSSIONER a ,1 ISSUE DATE: 12/11/GB ...:THE AGENCY OP, SCHOOLNAMED BELOW IS LICENSED AND REC-ULATLIJ UNDER THE PROVISIONS OF CHAPTER 493, FLORIDA STATUTES, FOR THE PFRIOD EXPIRING DECEEBER 02, 2011 r ' SECURITY AGENCY TRAffEVALUE, INC. 7421 WW 7 ST. MIA,24I FL33126 NONTALVDA Luis. r_ ?RESIDENT RODRIUIEZ, ESUS PRE5IT:TEI1T RODR-TaUEZ. FIDM., ANGEL VICE PRESIDENT NoyA, MARENA M. SECRETARY RODRIGUEZ, JESUS G. OININMR • ;.: g b ' • Paritivi - • • UCENSE NO. B 9300052 11.. BRONSON COMMISSIONER �-- MIAV IBEAC H gks cPnter ;. 6f� October 25, 2013 To Whom It May Concern, Transvalue has been providing the Miami Beach Convention Center and the Colony Theatre with exceptional service since 2010. Transvalue makes pickups for us twice a week (Tues and Fri) at the Convention Center and twice a week (Mon and Wed) at the Colony Theatre_ They also do special deliveries when we order money from the bank. They are a pleasure to work with and are always accommodating of our needs_ _ 1 Cortney Hersom Director of Finance 786-276-2618 cortneyhersorn@miamibeachfl.gov 1901 Convention Center Drive Miami Beach, FL 33139 th .] ISO 14001 ItEC.115TER,ED October 31, 2013 'F' E P IJ DD* 2 L I C; ]'1/ pllu� )l��i, L.. 3 (i, 0 ' , F' N�I';�'I �1, „,�., ,� 1► fA, a ,s � � «s h..l � , e �., � Refiners of PreClocI5 MOlcai Gold "' $iiver ,J Platinum Paliadium City of Miami Beach To whom it ,may concern: Our conapanyhas been utilizing the service: afTranaValde, Inc, to transport valuables' for vera! years. \Ve are very satisfied with their service and Find them to he a very reliable seivice provider, you have -any further questions, please do not hesitate to cal!. Klnde ReVrds 11 d 'ter-1•r_{) David M. Camite Chief Financial Officer 12900 N,W, 38th Avenue a Miam!, Florida 33054 Toll Free:.:888 685-3505 f, (305) 685-'35G5 n Fax: (305) 685-8506 www.rei.Yuhiicmetalscorp,corn Value Logistics, Corp, INTERNATIONAL SHIPMENT OF VALUABLES 2481 NW 67 Avet ue SLIte # 203, Bldg 700 `dlami, FfoOda 33122 Phone: (305) 870 0620 Fax: (305) 870 0650 E mali; a_value@o& Isouth.net November 18 2013 To whom it might concern: TransValue, Inc. has provided our company with service for over 5 years, They have safely and securely moved our valuables without incident and maintaining the highest industry standards of security, We would recommend them to any company requiring such services, If you should have any questions please do not hesitate to contact me, Regards, 01g , `Pitt`,. uga :esidentj 'altrae Logistics Corp. 4 MARSH TO WHOM IT MAY CONCERN CUSTOMER EVIDENCE OF INSURANCE This evidence of Insurance is glve•t as a matter of Infoi'maion only and congers no rights upon the holder other than those provided by the palsy This evidence does not amend, extend or alter the coverage afforded by the policy described herein. Date: November 10, 2013 NAME & .ADDRESS of INSURED: TRANSVALUE INCORPORATED AND/OR VALUE LOGISTICS INCORPORATED AND/CR THEIR SUBSIDIARY AND/OR ASSCCIATED ANDiOR AFFILIATED COMPANIES AND/OR AS MAY BE AGREED BY UNDERWRITERS. Principal Address: 7421 N.W. 7 th. Street Miami, Florida 33125, Florida, U.S A. ,POLICY NUMBERS; QR015413/C1R015513 POLICY PERIOD: 12.01 a.m. on im May 2013 to 12.01 a.m. to 101May, 2014 TYPE OF INSURANCE: This Policy Indemnifies the Assured against: all risks of physical loss or or physical damage to or destruction of Property for which the Assured hes assumed responsibility (whether as a bailee or otherwise), where the physical loss, physical damage or destruction arses from any cause whatsoever occurring during the period of Insurance and is placed with Lloyds and reputable International Insurers. FROPERV INSURED: Gold, silver, platinum aid other precious metals, coin and paper money, including bank notes, signed or unsigned, tokens and licence plates, Ilcences, jawefleiy and precious stones, postage and revenue stamps, ration coupons, defence, food and trading stamps, postal, express and other money orders, bonds, coupons, stack certificates and other securities, certificates of deposit, bills of exchange, negotiable Instruments, cheques, dra`ts, notes, credit cards, travellers cheques, bills of lading, warehouse receipts andior ant other commercial papers and other documents and papers of value, stamp collections, drugs and other pharmaceutical supplies and/or all valuable merchandise and/or property of all kinds and deScript:ons; ail hereinafter referred to Indlvidualiy or collectively as Property. SUM INSURE): USD100,000,000 each and every toss GEOGRAPHICAL LIMITS: Worldwide whether In transit or at rest. City of Miami Beach Risk Management:, 1700 Convention Center Dr. Miami Beach, Florida 33139 This is to certify that the policy of Insurance listed abovs has been issued to the Insured named above and is it force at this tme. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this evidence of insurance may be Issued or may pertain, the Insurance afforded by the polcy described herein is subject to all terms. exclusions and conditions of such policy,. Philip C. Turner ACIl, Managing Director, Marsh Ltd Loss Payee: RagIstered!n Erpland Nuindar. 1507274, Registered Dona: 1 rawer Place Weal, TOwar Place, London EC3R 52 i, Marsh Ltd Is Authaalsed and rn7uiated by the Financial Sewress As hgdly far Insurance mecrsdan activities orty. SAcrsh Ltd ccrdccls its ser..erai Insurance ectivlgas an lemts Ibst are sat cull in the decurrer.t Our ausInass Prirclptes and Fractice5'. This way he ^Rowed on ourwecsile htlpl.Lkarrarsh.corNPUu,tl1sta houltlarshiallclsTypslArilrtoVlewlar!Icle1n12:175iGavamance.asus LEADERSHIP, KNOWLEDGE, SOLUTIONS...WORLDWIDE. 100 MARSH-t & MCLENNAN COMPANIES ") ;j t y n p f p n p AWRI..7 CERTIFICATE FICAT OF LIABILITY INSURANCE CArrihrillp�YYYYi 9r9(.1 13 SSS CERTiFF".ATS 1S I0SLZD Aaa A MATTER CF :NFGR,41MTICid C;1LY AND CONFERS NO RIGHTS UPON Ti-}4 CERTIFICAT HCLuER, THIS CL9f{'rIFICATE COSS NOT AFFIRrmATIVELY OR NEGATIVELY A'S-ND, EXTEND OR ALTER THE cOVERAGR AFFORDED ir( THE: pCLICi(es BEL04'/. THIS CERTIFICATE CF t":SURA,NCE COES NJT COC:9TIT.re A CCiJTRACT ea TnEN THE ISSUING fi`ISURER{S), ALITs10I7ED REPRESENTATIVE OR PROIaUCER, AND THE CERTIFICATE HOLDER. PNIFCRTANT: If 1 u corlif:anle balder is on ADD1T 1oi"iAL INSURED, to potf•:y(lss) Host be endursad, If SSU2RCfaATIOf'f IS WAIVED, subject IQ tl!a Lirrrns and aanditicnsl of (ita pulloyt cgrtaln pslIclas may rgrdulra an endorsement. A statartlsnt on thha certlEcests dugs nct eonfur rigllt3 to the asrfiflcale /tattler'fn lieu of such endcrsornsnt(c). PflCDt eFT L+L 7rACT LINK P,ISICMANACIFNI IT LLf] NR8!EI :ALE,(t1NGRC.,.Ju eAFtt,* i.1 C0 PCN CF! Q c LEON SLVO 900 110>:Vc..lu to 3DEng.,.9244 5 _ I gv . v°lr 7•MAr 40cnFS3: r 6G1k.; IXIGnAAkni~1tFG Ow Rt31435a1g) ArFUR 5(3 30VERA.qE1 I ?+hl ?,,,,„,_ i:GiZAL CIASLES FL 33734 r a/FM.4.1 r =Wr Ja S IIti9:aRs3 TRANSVALUE INC 7421 NW 7'r ;-t s into a MfrlrMJ PENT 01i03020.'2 FL 33120 NVINPit tgat.:4471 c r 1134024 a r _ JN9Uaarssr urs�•a n ! CCJV°RAGC3 CER i I'ti:ATE NUMSURr i30gDs so REVISION NUiQRER; THa la To CEi:TIFY THAT THE FOLK:1ES CJF INS'PANIGc 1.157E0 E0_o'W HAVO ISSN ISSUED TO THO IN3URFD NSt,IE7 AEoVs FOR TH0 POLICY PERIOD INoICATED, NoTWl'I'HaTNICING ANY FlaQU!PE•h;3NT. TRIV CW CCPIOITION OF ANY CONTRACT DR OTHER C±JCE:r..E'NT WITH INearECT To'a+l:-ITCH THIS CGR.TI."^ICATB MAY BE. ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 5Y THE POLICIES 0EECRI0ED HER31"I 13 SULJEOT TO ALL INS T RII4s, EXuLUSION3 AND DUpICITICh'5 OP 8t'ChI i DL1Ci=a. LIMITS SHOWN MAY HAVE BEEN REDUCER BY P,AI0 CLANS. aacc 1'..V. :n!..ayy YP� l S;�sr�f PeL+aY N'lM?='R I {A'Ne3Gf!"YYY+ {!r`• �'G�f`•'VYYr TIP iNsuBANC'J a amE'tAL L:A3rLiTY on w sR C IPI. G simsAf'"L'UtARILITY 17 DLAlti3•h41c5 [7. OCCUR AnQ:acflSY4tlhllYA'I+'`PER: POtAY r� �i i +too A ' J 03T,fi r rA31LlTY ANY RUM ,tLL ammo 8C'Er1t;LEr r� RUTcd r l:11. �`rti HOEAL:7.0 R+Rc3 r Li 1 R=LLAIJ.t5 --XCass mu OCCUR 0LAdA19.51AC pEn PrraNTIONS WQFTKEiSS'cOSr:'Srl ahrl0N At10 E1PL''Y29,9' LIARIIJT? ANY PkePsisitie,Is doviaxOsunes QFFLCE`i4n'af,in0Pt 9Nal;00C? d4antfatry r:3A1 gm, xaeariba under U-9C it»lOr7 i F CP1'1071 13 .1.1151f rd/A 2947CCIS4 3113l2013 31°62314 LIMI", 9 aA0I1 CCC / 5';c.. s J'HF,UISE9 leycccLunrwnl MLn VP (Any In t:er97n} S P5n0CNALa.A0VINJLRY �9 ©stISRM.ACCRECArE �> R5AULC73•COMri!0?A3 $ $' Ea eeF anal ol0t L$AT immix MO Mar aanianI 5 e0ait,YINJURY [Far amid on4 s t,FCmorr0 MAo a• a,=:arl1 �rViL•iO CIARcr:cs {s A:30,9 G1TE .Et YfRIT �oJo. ELEACIIACC IDENT 3 50a,ratIl0 0L.t3d5/A44,-eaFAIPLC•/FP 9=:0UC90.00 etEEASC-PCGC✓LINT s 300,0X ,C.Q 053Ci-VPTC110PCP-PAT1011•;1L7SA'rosli1V0i.10L:9 IAltoACQ401 1 Ashll!Ional annual; Schedule,Umom apa3aisragrlL7dl CERTIFICATE HCLI)ER CANCELLATION City cIhltsrnf Dee; Risk Msnu art/Br:L 1700 ConvanlIori Cantor Dr, WItaml Bench P ;onANumber ACORD 25(2.010,p5) FL 3313U 5Hd1JLr1 ANY OF THE A30V0 OE5CF11B00 F0MCIEs 03 CANDELLI;D SEE, JRB TFi% EXPIRATION DATE THEREOF, NOTICE WILL 85 DELIV REV IN AOCOR0ANr1E WITH TId0 POLICY PROVISIONS, A!JTHunIZED fLL'aS SEM-ATPI: e, 1901J-20iU ADORE/ CDRICRAT1CN, Alt rights reserved. The ACORO norms and la ,o ars millstsred marks of ACO:W TRANS-1 a4� if): AG . 1CC) L'-)' CERTIFICATE OF 1nIAB!I_tT NCE I DATE AI,'![CIYYW THI3 CERTIFICATE J. I.3( C As A fr1AT7'ER OF INFORMATION ONLY ANC CONFERS 1`10 RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT A, PIRCIATIVELY Ci2 NEGATIVELY .AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF !NSUiiAN CE DOES NOT C011ST4TUTE A CONTRACT BETWEEN THE ISSUING INSURER(3), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT; If Iha certificate holder la an ADDITIONAL INSUR2D, the aolicy(!os) must be endnl•snd. If SUBROGATION 13'NAIVED, subJect to the terms and conditions of the policy, eel -talc pollcle9 may rogelr3 an endorsement. A state,nent on !FIN certlficeta does not conferrfghts to ins certificate holder In Ilse of such enliorsoment(s). PROGLICER Phone; 355-0.18.2445 Lino Welt Management, LLC 2100 Ponce do Leon SW, # 001 FAX; 303.04S.x459�col Coral Gables, FL 33134 Alex Garcia YA71'Z,Ci r o, F,01: I i,; c, uar, EmAit. ADDRESS, 'NS JRERl3i AFFORDING CCIERAG: Niac' INSUREA A 1Ste3dfast Insurance Co INSURED Trar.svaltER, Inc. Jesus Rodr1f uer 7421 MiV 7 Si. Miami, FL 33126 INBURERe; INSURER U, IPIE'JRER n ; INSURER Ei INSURER F: COVERAGES CERTIFICATE NUMBER; REVISION NUM 3..R THIS Is ro OERTIFY'THAT THE POLICIES OF IMSURANCE LI5TFE7 19ELOW HAVE BEEN IS$UE,D TO THE INSURED NAMED ABOVE FOR THE POLICY PERKCO INDICATED. NQTN'ITHST,aNEIN S ANY RECUIREMIEi T TERM OR CONDITION OF AN" CCNTRAC'" OR OTHER DOCUMEN'" WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE IS31._L7 OE MAY PERTAIN, THE ,fl31;RRANECE AFFORDED 5( THE POUCIE3 DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AEdO CONCITEONS CF SUCH POLICIES. LIMITS SHOWN MAY HAVE 3E=N REDUCED 6Y PAID CLAIMS. iTR 1. TYPE Cf INEiJr�ANCE TAnt.SU4RI L LTR R'.,, 1n POI -rev! MSUER PO lytM.Dairrf I PO_I.,'?%P (a 1;7._7r�' ,• 'LIMIT3 OEN!RAL LrABILITY EACH OCCURRENCE S 1400,030 A X commenIAL cr.wa?.q. r LAA LITY EOL9224217.03 O4/05/2013 04103f20.14 P u E9-i�a cloud cea) $ 100,030 C_ IMS.M.40E OCCUR ME❑E:i.=:Any oneearsznl 3 ,000 A&B INCLUDED p=_RaC'FAL3 NOV INJURY 9 •1,000,000 • GENERALAOGR!CATE 3 3,000,000 [E:E'LAOGR2SAAT= L11.11'APPLIES PER: RROOL'CTe• COMM? AGO $ 3,005,00C POLICY I vyi [i LGC DED $ 2,500 1 AUTOMtaILE LIA33.17f - t ,iaitisl J ,1: LE _.MIT . ANY AUTO EJOCILY'NJURY IPer perscal 3 . M. ALL O'NNEL� 9CI a L.D AUTOS AUTOS 90OILY INJURY (Pot aeoldanl) S • w MIRED AUTOS NCN•c"N-O AUTOS PRCCre,3TY4A,4L\GE GG''cr accfdsnl 1■ 3 UMERELL: LIA9 OCCUR EACH CC.'RRENCE $ 5,000,00C _XCES$IJ 5 CLAIME9•MAGE r Uf 022433E43 0403,2013 04/03/2014 ACGRE3ATE t 3,000,000 DEC X PFTEl1TION 3 t,�,•r_,� vicrtEEits comPE;l3,aTION VCyT.:r;;. ., H. AND EMPLCYERS'LIA$ILTY Y1,y ANY PRoaRI'crCRiPARTAERI-xecunvE E.L. EAOHACC!CENT - 3 ' CFFICERJd.IEM$E,3 SACLUCE;OA f t;Aaraelcry'n ? I N 1 A E.L. DISEA.SE- EA EAIPLOYEeS IIyas desmlGeuRdar D SCPIPT!ON OF CPERAT CNO I E, Inw e'L ., DISEASE • paucv Llmr• If 3 a E3LrtlpTloN OF OPERATIONS ! 1-CcATIONs I V2HML29 Axmecf Security 5t1ez cL CERTIFICATE HOL CER Unit ADORE 1n', Adr;311'r.+l Reoia;kn 3nneLule, 1! map !pans la reg1erae) 9HGULD ANY OF THE ASDVF DESCRIBED POLtoin BE CANCELLED li _r""L)RE Cat of P+ilanli Ouch EXPIRATION DATE THEREOF, NOTICE', WILL DE MIMED IN ACCORDANCE WITH TES; POLICY PROVISIONS, Risk Maria entemt 1700 Convention Center Drive Miami Bowl'', FL 33139 A x G 41RE ESENTATSVE Alex Garcia I © 1085.2010 ACORD CORPORATION. Ail rights reserved. ACORD 25 (20ICID5) The ACORD name and logo aro registered marks of ACORl7 KS CERTIFICATE OF LIABILITY INSURANCE OP IQ; I a.7YI;or!a:3:4IQ; CER1 IF C TE ;S 15BU:f) AS A h':''. r i l R ; P rNFCIVIATIRN ONLY AND CONFERS NO RIGHTS S UPON The, CERTIFlCAT; fiQLOE 6 THIS CERTIFICATE COES NOT AFFIRMATIVELY OR Nircl1TIVELY AMEND, EXTEND CR ALTER THE COVE AGE AFFCR1.'I 1 SY THE PCLIwIE:s IS .rLOW, THIS GE,RTIFUCATc" OF tUf. N APi:.6 r)Qi"S NOi CO?1STI7UTie A GCNTRA{;'I' DETWEEN THE ISELYINIS Ir°tSt112kRy'n"}r AUTHORIZED REP FESI NTATIV: CR PRODUCER, AND THE CERTIFICATE I-ICLr1ER, ariFCRTANT: IF Chi cartiFfeato "opal' Is an ADDITIONAL IPaSUREC., tare palley(!r:a) must Da endorsed, It SUBROCIATICf1 1.3'WAIVED, suHisot to :hi Farms and son dlilars of the policy, oak.* aallclea may ractulra an oldernomalal, A etatatr.:nt nn tl;Is certificate da-d not soli far dulls to !Ha rler'JfI❑ tttl IlolcJ:r In pelf of such enck}rsamxn[Is}, imontiLEU Phan?: 3C5•i:y9 2:}4:. u°�ITAGr Lrnt W o5 11ITit7v:parst, LLC -- 21011P�rlad?1 on6;vd,#8�31 Pox:375-8•e32d09 nrlis tL iJSc.r _-_�— Crra1 Oo 1las, FL 3313d lsa: Attnc (3❑fala Io'' ` ^ ^ • i°Pe�6�ilER(9) 1FPOReIN6 COL`6ahGG !1AIQ 9 In9J7ER A:0ISWITOXld S1310 In5ur3:IC9 doNoso T'rens va lug, Jno. 1t19+!!1 !1s• i destIn Ratrfguez T92'I NW7 St, I aut;anc r .---+{ Miami, FL 3312p NNURE!1at !NAMi12: Y l :111A2rt r: COVRAG1e3 CEP,TiPICAT N'UM13ER: REVIRroN t1UPPIEE : TWJ'i IS TO ;BATTY THAT THE PGLICIED OF IN3L'R;1NCE USTED itEI.OW HA'1s BEEN ISSUED TO THE IN3L.REG NAMiO AECVE FOR'i'H8 FULJCY PERICo ItlGICAr i, NOTWITHSTANDING Arrr P,'?WUIk8. ENT, TERM OR CONDITION oF ANY CONTRACT CR OTHER DOCUMENT W1TN RESPECT To WHICH THIS CERTIFECASL`• NIA'! EE 1`a3LF.D OR MAY l ERT 3N, THE INSTRAFICE AFPCRC_D FIY THE POLICIES DEECR'3EO HERE±tI IS 3U3J J'T TO ALL THE TERMS, E$C.L.ISFO i3 A.`.15 CONDI'IO^N5 OF 3UCKK POL:CfE8, LIMITS SHOWN MAY HAVE 3EEN REDUCED BY PAID CLAIMS, hisN7 TYPE 2P 1':aaF.A keE \i.Li;•ti ?17tJQ 'tf•� ri7!tilY P Tit I H'!•,t i (2 PC.:CY FtilS'SER I'!rf^ue� Y'YJ I.'j�1.1!CC+hgt , 1451123 CSII+7P4.114DILITY • p_ir.40.1:o cCcu fo.,Ic�3 : ^.C3OLTICIAL3E1lEa�r.LIA'C:!;,r 1 '!1 '�'Mr :. i:.r .0 � t P R! _r _•ui 7.. U!.aiSle•RA, 3 C�-l_ OCCUR kiec F An'r 114a,101 1 3 ORO.At a9E1ATE_NITA?7LIE22rn: FaL',cY • rr Lce ALITC!1!thU1IJA!IL' Arty AOTC ALLAuteS GlVTf X Hn!5c AllTOS x PP 5u CbJLTO x IC •011.' EO AUTCS IM5ii5n1 L^1 LAa E.+16a!a U55 tAFC,01J71. I 07I:11/20 17i1111201 11222Cp M.1 ACV IN U11Y 5 OC FS3Ai'E $ Fr..:7:LL.Ti .rlf:kSFr'JP.L;3 S '!Ts_ 'ORIa.P1-D 9Iu8Lr?LIMIT 1,17pp,.p07 'Ea 7h4d4ni S :eULYIH7Un'r(Parpatucn} •s aCCILY11r:Call ,Pau acer eal} $ N nCatvl ,il"7,lf0E. OZOUR aV76i5 MAoE l,zsr.,lraus Yrt3lilSi 113 CCMi'aNnAT;eti AIIaaM1,044.13'Ll,gaILfTf YIN ANY Pga?PIE"CX'P1.Prtf 1.1VECUTIVE r —J LPF!C. ! !UUER E:10.I IDEP1 I / A IFAarulala'2 Ilt'1b1 tiva das;x3ie WIC/ CaECTIPTC5L POPEUMONsIClow EACHGdCUP; P ICE 5 r1r3GR2.2nTE I pi I°7H. 1i.!.EAGt13cclo'1P G.L. CI1!AS!. EA Et,IPCOYE S tipsTArJ• C 'f.1 EL. C1SE156. POLICY OAT $ ars3:n11.11G?I ;1' 6a UTATtatla f LC CATIONS fVPHICI.=.R jAISGc1: A rinr 12 i, »U;]III ,,a9 rinmArka 6utlorlu;U,lf alma argico IA rngvli7UJ A]:MDM'ed Can; Sorrrice CI RTIFICAT3 I-IOL DER C'rl of Mlorol Beach 1700 Corvan kn1 Center Drlve MI ;111 Belch, FL 33130 L ACC/ND 26(20100)0S) CANCELLAT.DN SHOULD ANY DFTHEA2CV.E008CRI3cO FOLIC:S:: ns;;.1.NDELLni0 nEF OM THE EXPIRATION DATE THEREOF, tvOTiCE WILL BE DELIVERED IN ACCORDANCE NTH THE got +CY P1tOV SIGN.9. ALI rfa taftI) flEFRESHUTATIVE AIGX aerclz I ):#8.•2010 ACCRO CORPORATION. API rfy}sl r reserved, The ACORI)'an:s and logo ors registered rnarlla of ACO=O fNOTEPAD: ECLDOP-1:1132 11131/1EA'S Urn Thaosvalue, inc. etiole Schedule 1995 Ford Mooroline Z350 _993 IrtornatAona.1 2000 Ford Econollne 33.55 2001 Word 2455 2002 Ford Scouoline 2150 2003 Ford Econolire 3150 2003 F=Ightliner 2003 Ford Moonoline ESSO 2005 Dodge Sprints 2500 2106 or Zc000lluer 3350. 2005 Ford '750 1955 InterratiOnal 2004 FriuhtlirierCci 2000 0odgo Sosluts 2500 1997 rp:;a Eo7znoliner 3350 2002 Twharmalonia 959 GDAN TreAler (2) 2105 mrightIlne7 SF:rioter 5500 OP :V.: KS iihr3112 egu 02R/13 (' .5.11111141.0 ITB 201 d-0O2-MF — Armored Car Serrices BID SUBMITTAL CERTIFICATION Sac#'on 0 - Bid C=rtiricslicr 3 A,d_vf`.s hereby cert;fy that !, as an authorized agent of the Proposer, am submitting the following information as my firms ropcsal; Proposer agrees to conprete and unconditiona: acceptance of the terms and conditions of this document, inclusive of this ITS, all attachments, exhibits and appendices and the contents cf any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the ITB, and any released Addenda and understand that the following are requirements of this SOLICtTATiON and failure to comply will result In disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not ccliuded with any other proposer or party to any other proposal; proposer acknowledges that all information contaired herein is part of the public domain as defined by The State of Florida Sunshine and Public Records Laws; al' responses, data and information contained in this proposal, elusive of the Proposal Certification, Questicnnaire and Fenuirements Affidavit are true and accurate. ?lame or .roposer's Aljtitorized Rea resental=ti;: Jesus Rodriguez This of Propose''s Authorized Repraser#aiIve; CEO Sigt a:Lre of 'c J_3' .au':1C''z C ,j 3Or s t3� rGt fat$; 11-.19-2013 State of Florida. County of Miami -Dade This instrument was signed before me on November 19, 2013 by Jesus Rodriguez . Affix seal/stamp as close to slgnawre as puss bie iII i col::e rl0X l d.GepaN nw,4p3uuoS _` 9d 6 .knr ;S?d1dXa . 44d88'- 3P W:iolSSinVIOD All ��naucNh"d'aJf d1V ..u,..in-F.--17,: s-wiinwavcK. ivViatilia anvn Pohl name of Signer(a) Notan fgnature n .r tom^ ,�- Notary Printed Name Notary Public for the State of Sl-kg My Commission expires: tA. , 20V to ?r; r ALFR1;a I', AND1st_tl 4,/f * M'YCCFi.USSIOtr1NGF188211 ',; ;' 'coded 7lauNoblyPu04o17nderrafters .1t1 It'✓Jne°'" nnvev a e�nerrs.rm`+'e�arxas+vaa.a+ m s I - 18 - Title: 1TB 2014-0C 2-MF -ArTcrar.: Oa' Ser.4C2j Sct!or. 7 "Ile Ed" Form NO BID SUBMITTAL WE HAVE ELECTED NOT TO SUBMIT A BID AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to bid Insufficient time to respond _Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service OTHER, (Please specify) zvera--.1 . is,coleszraenozzarnsergewormaterratitminumwranwzrEgetwmm We do _X, do not want to be retained on your mailing fist for future bids of this type product and/or servi/ Signature,: CEO Legal Company Name: Transvalue, inc. IrrUrtIMMIZZN=WRItliktO3FriTinggltilWRG1 MiZgAeWeNnWMIIKANCONOSISMallilligUNDICIMitrAMPP4nTIM Note: Failure to respond, either by submitting a bid cr this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT ATTN: Marta Fernandez Rubio BiD # 2014-002-MF 1700 Convention Center Drive MIAMI BEACH, FL '33'139 MINvlIB'EACI-1 - 19 - I U141G1J ' ! uetaii Dy t may Name Detail by Entity Name Florida Profit Corporation TRANSVALUE, INC. Filing Information Document Number P93000012159 FE1/EDN Number 65-0393632 Date Filed 02/10/1993 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 01/20/2009 Event Effective Date NONE Pril��,.l_�a! Ar�_c#ress 7421 N.W. 7TH STREET MIAMI, FL 33126 Changed: 12/05/2008 7421 N.W. 7TH STREET MIAM1, FL 33126 Changed: 12/05/2008 Fogieeeree Agerik Na,n.a._R_Address. RODRIGUEZ, JESUS GABRIEL, C.E.O. 7421 N.W. 7 STREET Miami, FL 33126 Name Changed: 04/11/2016 Address Changed: 04/11/2016 Officer/Director Detail Name & Address Title PD RODRIGUEZ, JESUS JR. 7421 N.W. 7TH STREET M IANI1, FL 33126 FA! n•1 eci,nh., nrnlInn,,inrfrnrnnratinngaarrhMPArrhPn ,,ltrlaa:i?irrnr l inrtuna=Pniifionl,mc.RrfirartinnTrina=lnii n R,ca.r:`n \,0mcYrlrrler ..TG6 tl C1/AI I!I U/412U ! 1 uetau ay truly/ !Name Title VPD RODRIGUEZ, JESUS SR, 7421 N.W. 7TH STREET MIAMI, FL 33126 Title VPD VALDES, ROLANDO 7421 N.W. 7TH STREET MIAMI, FL 33126 Annunt Rg art Report Year Filed Date 2015 06/15/2015 2016 04/ 11 /2016 2017 04/13/2017 pc.cPrnsnt }ma ie -- R.E_ Of T Oa, ,'LJ1;, AT-,IN.JAL rat au!2J 1,1 -- a arat.I L. REPORT C,. P . 2i) 12 - A ,,N!'Al_ R;EPOR..T. 11 - ANNUAL, fZ..'EP,)Rr is(13. 1s__ ANNUL.. RE POR •."„..1 ?- ANNUAL. REORI IMP N tY3i 9.'2on ANNUAL RE. E i !)':. ;2L' C -- ANNUAL REPORT 2.-T1 e:1 fJa(,r -- ANIN...iAL,L REwORT r,•'..... _— n=POET 0 1 I RE FOR ' EPO'_r PDF T:r`csrr n:1 PDF k,)fi lat PDF ; hllnJfcnorrh cl inhiv nrrillnru lindinr,rnn:-atinn Can.rrhfCna rrh Roc! !tflntai l?innri;nrhrna=Fntif5rh17 rysaRrl:rarlinnTirnanlnitalR cnarrh M1lamorlrrinr_TG6 FICA/6.4 ?14 IW741LW'f vetaii ay cnuty Name htrn l:caorrh ai inhi: nrnlInneiindl'nrzn.atinn CanrnhrC.a.nrnht7act titflatmil9inn..i.vh.Ana=PnlihuAlo-nake;rarlinr.T.no=lnit'nl cane"hAl.r.marirriar_TRA NI^.11itl llq