Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2010-004L C Temp. Reso. #11748 November 17, 2009 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2010-Oy A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID 09-20B, "ARMORED CAR SERVICES", AND TO EXECUTE AN AGREEMENT WITH DUNBAR ARMORED, INC. FOR A THREE-YEAR TERM EFFECTIVE UPON AWARD AND FINAL EXECUTION OF AGREEMENT THROUGH JANUARY 31, 2013, AT A COST OF $18,199 PER YEAR, NOT TO EXCEED $54,597 FOR THE THREE YEAR TERM PLUS FUEL SURCHARGES FOR ESCALATION/DE-ESCALATION; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac requires weekday and Sunday armored car services to pick-up payments and fees from four different City locations for deposit at TD Bank, with whom the City contracts for banking services; and WHEREAS, the existing contract with Dunbar Armored Inc., expires January 31, 2010 with no further renewals; and WHEREAS, it was necessary to solicit competitive sealed bids for armored car services and the City subsequently issued Bid 09-20B which was advertised in the Sun -Sentinel on October 18th and October 25th , 2009, a copy of said bid is on file with the City Clerk's Office; and Temp. Reso. #11748 November 17, 2009 Page 2 of 4 WHEREAS, the Purchasing and Contracts Division received responses from three vendors and received two responsive bid submittals, as follows: Vendor Monthly Price Sunda Pick-up Dunbar Armored Inc. $374.00/month per $19 per pick-up location Transvalue $420.00/month per $35 per pick-up location a copy of the bid tabulation is attached as Exhibit 1"; and WHEREAS, after thorough review of both vendor's responses, it was determined that Dunbar Armored Inc. was the lowest priced, most responsive and responsible vendor, as evidenced by vendor's bid submittal attached as Exhibit "2"; and WHEREAS, one additional bid received from Loomis Armored Inc. did not comply with the City's specification requirement for firm bid pricing, same day bank deposits and submission of employees to criminal background checks, thus deeming the firm non -responsive and ineligible for further consideration; and WHEREAS, Dunbar Armored, Inc. has agreed to the City's terms and conditions and has executed the City's Agreement, as evidenced by Exhibit "Y; and WHEREAS, the Director of Parks and Recreation and the Purchasing and Contracts Manager recommend the award of Bid 09-20B to and the execution of an Agreement with Dunbar Armored, Inc.; and 1 Temp. Reso. #11748 November 17, 2009 Page 3 of 4 WHEREAS, the City wishes to receive approximately 13 optional Sunday pick-ups at the Caporella Aquatic Center during the months of June, July and August at a cost of $19 per pick-up or $247 annually which results in a total annual cost of $18,199, or $54,597 for the three year term, which includes $17,952 for monthly pick-ups plus $247 for the 13 Sunday pick-ups; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to award Bid 09-20B to and execute an Agreement with Dunbar Armored Inc. for armored car services for a three year term in the amount of $18,199 per year, not to exceed $ 54,597 for the three year term, plus fuel surcharges escalation or de- escalation. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a�pe�cific part of this Resolution upon adoption hereof and all exhibits attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: The appropriate City officials are hereby authorized to award Bid 09-20B, "Armored Car Services" and to execute an Agreement with Dunbar Armored, Inc. for a three-year term effective upon award and final execution of the Agreement through January 31, 2013, at a cost of $18,199 per year, not to exceed $ 54,597 for the three year term, plus fuel surcharges escalation or de-escalation. Temp. Reso. #11748 November 17, 2009 Page 4 of 4 SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 2010. 13 day • zl- �4e# MAYOR EST: i 4&wRecord of COMMISSION VOTE: MAIR1ON SWENS ,CMG MAYOR FLANSBAUM-TALABISCO V CITY CLERK DIST 1: COMM BUSHNELL DIST 2: COMM ATKINS-GRA DIST 3: COMM GLASSER� DIST 4: VM DRESSLER I HEREBY CERTIFY that I have approved this RESOLUTION as to form. W/o A�� �/'////O- SA EL S. GOREN CITY ATTORNEY n 1 1 Temp. Reso. #11748 — Exhibit 1 BID TABULATION CITY OF TAMARAC BID #09-206 ARMORED CAR SERVICES Loomis Armored Inc. Dunbar Armored Inc. Transvalue Inc. Monthly pick-up charge for each location $330.00 $374.00 $420.00 No presumption of award may be made based on these figures. Bid submissions will be evaluated on a number of criteria to determine response and responsibility before a recommendation for award is made. All bids are awarded by vote of the City Council. Temp. Reso. #11748 — Exhibit 2 INVITATION FOR BID ARMORED CAR SERVICES Issued on behalf of the Parks & Recreation Department City of Tamarac Purchasing Division 7525 NW Ph Avenue Room 108 Tamarac, Florida 33321-2401 (954) 597-3570 REQUESTED MODIFICATIONS/CLARIFICATIONS TO THE TERMS AND CONDITIONS Page 13, Armored Car Services Vendor Responsibilities - "Vendor will try to provide same day credit on deposit(s) ". Addendum No. 1— "Same day of service ". Please note that Dunbar Armored currently delivers the City's deposits to the designated depository on the next business day. Due to the change in the location of the City's depository same day banking is now possible. Page 14, Deposits — "Vendor shall provide the City with copies of employee identification cards which will include a photograph and signature ... " Dunbar employees are required to wear an "All Valuables Shipment" (AVS) badge at all times while they are working. Only individuals who are fully licensed and have been fully trained are eligible to receive an AVS card. This is a system which has been recognized as an innovative advancement in the security industry. Your employees are familiar with Dunbar's photographic identification system. , The AVS cards used throughout the network of Dunbar locations are all issued from one central location. There are only three employees authorized to manufacture these identification cards. They are plastic cards with a scanned computer image of the employee. The AVS cards our employees wear will be readily identified by the use of artwork and the logo exclusive to Dunbar Armored, Inc. The AVS card is stored in our vault when the employee is not at work. The cards are then issued to the employees when they report to work, and are returned to the vault at the end of their shift. Our customers are assured when they observe this AVS badge their pickups are being performed by an authorized Dunbar employee. The AVS System is superior to the inefficient "signature list" method which has proven to be fallible. We would request that the City continue to accept Dunbar's photographic identification system in lieu of the signature list requirements. Page 36, Insurance — "Contractor's liability insurance policies shall be endorsed to add the City as an additional insured. " The City can be named as an additional insured on Dunbar's general liability and automobile policies and as a loss payee on our "All Risk" cargo coverage. CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 8C AVENUE TAmARAc, FL 33321 "Committed to Excellence... Always" ADDENDUM NO. 1 BID NO.09-20B ARMORED CAR SERVICES DATE OF ADDENDUM: OCTOBER 23, 2009 TO ALL PROSPECTIVE BIDDERS: The following clarifications, responses to requests for information (RFI), changes, additions and/or deletions are hereby made part of the Contract Documents for Bid No. 09-20B, ARMORED CAR SERVICES. Responses to RFIs; 1. Are the requested service times of 1:00pm-2:30pm Mon -Fri set in stone? A: No. However, we prefer that it be no earlier than 10am and no later than 4pm. 2. Are the daily deposits to be delivered the next business day or the same day of service? A: Same day of service. 3. Is the maximum liability limit $5,000,000.00 or $1,000,000.00 A: As stated in the document, Commercial General Liability shall be a minimum of $1,000,000.00. Coverage for loss of items transported will be a minimum of $5,000,000.00. 4. How many items will be picked up at each location? (i.e. max number of 5 items per service day per location) A: It varies between 1-5 deposit bags per location. 5. Are the deposits coin heavy or coin light? A: Mainly light however there may be instances where the coin can total up to $100. A: We do not have a standard premise time. No additions to pricing beyond what is requested. All Proposals must be received on or before November 5, 2009 at 4:OOPM in the Purchasing Office, Room 108, City of Tamarac, 7525 NW 88t' Ave, Tamarac, FL 33321. All other terms, conditions and specifications remain unchanged for Bid No. 09-20B. Please acknowledge receipt of this Addendum No. 1, by returning it and/or acknowledging it in your Bid submittal. ft&'*Nwlri 1W. COMPANY NAME: SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC, FL 33321 954-597-3570 INVITATION FOR BID Bidder Acknowledgement BID NO.: 09-20B BID TITLE: AROMORED CAR SERVICES BID OPENING DATErrIME: THURSDAY, NOVEMBER S, 2009, 4:OOPM BUYER NAME STEVE BEAMSDERFER, CPPB BUYER PHONE: 954597-3566 BUYER EMAIL: STEVENB@tamarac.org PRE -BID CONFERENCE/SITE INSPECTION: None. BONDING: Not required for this bid. GENERAL CONDITIONS THESE INSTRUCTIONS ARE STANDARD FOR ALL BIDS FOR COMMODITIES/SERVICES ISSUED BY THE CITY OF TAMARAC. THE CITY OF TAMARAC MAY DELETE, SUPERSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR BID BY INDICATING SUCH CHANGE IN THE INSTRUCTIONS TO BIDDERS, IN THE SPECIAL CONDITIONS OF THE BID, OR IN THE SPECIFICATIONS/STATEMENT OF WORK. ANY AND ALL SPECIAL CONDITIONS THAT MAY VARY FROM THESE GENERAL CONDITIONS SHALL PREVAIL OVER THESE GENERAL CONDITIONS AND ANY CONFLICTING PROVISION WITHIN ANY VENDOR'S STANDARD TERMS AND CONDITIONS REGARDLESS OF ANY LANGUAGE IN VENDOR'S DOCUMENTATION TO THE CONTRARY. SEALED BIDS THIS FORM SHOULD BE EXECUTED AND SUBMITTED WITH ALL BID FORMS IN A SEALED ENVELOPE. THE FACE OF THE ENVELOPE SHALL CONTAIN THE ABOVE ADDRESS, THE BID NUMBER AND THE BID TITLE. BIDS NOT SUBMITTED ON THE ATTACHED BID FORM MAY BE DEEMED NON -RESPONSIVE. ALL BIDS ARE SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. THOSE BIDS THAT DO NOT COMPLY WITH THESE CONDITIONS MAY BE DEEMED NON -RESPONSIVE. BIDDER COMPANY NAME: Dunbar Armored Inc. COMPANY ADDRESS: 50 Schilling Road, Hunt Valley, MD 21031 COMPANY PHONE: 410 - 2 2 9 -19 0 6 NAME OF AUTHORIZED AGENT: Russell E. Daniels TITLE OF AUTHORIZED AGENT: Sr. Vice President - A d m i n & Risk Management AUTHORIZED AGENT EMAIL ADDRESS: l D a r a r m. c o m BIDDER TAXPAYER ID OR SOCIAL SE /ER: 5 2- 0 6 7 5 7 7 6 SIGNATURE OF AUTHORIZED AGENT: /ALA '0 i1 Y f I certify that this Bid Acknowledgement is made without prior understanding, agreement or connection with any corporation, firm or person submitting a Bid for the same commodities and/or services and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this Bid and certify that I am authorized to sign this Bid as an agent for the Bidder. SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW WH AVENUE TAMARAC, FL 33321 954-597-3570 Our Vision and Mission Our Vision: The City of Tamarac, our community of choice — leading the nation in quality of life through safe neighborhoods, a vibrant economy, exceptional customer service and recognized excellence. Our Mission: We Are 'Committed to Excellence. . . Always" It is our job to foster and create an environment that Responds to the Customer Creates and Innovates Woks as a Team Achieves Results, and Makes a Difference In the fulfillment of our vision and mission, as stewards of the public trust, we value vision, integrity, elffciency and quality service. Our vendors are truly partners in meeting these commitments to the community, and in support of that vision and mission, we are committed to ensuring that qualified, competitive vendors who share our commitment to quality, efficiency, teamwork and customer service are employed to provide goods and services to the City. Our vendors are expected to deliver high quality products and efficient service that is provided on time and as ordered, in a manner that improves the overall value of the services that the City provides to its residents. In addition, we expect our vendors to wok with the City as a team, and exhibit the highest level of integrity when dealing with any office or department of the City. Diligence in the execution of the requirements of this proposal will ultimately contribute to the overall quality of services provided to the entire community. The City is searching for a firm who will exemplify these ideals in the execution of their wok, and the successful firm will be measured against the performance standards outlined in this bid invitation. INTRODUCTION It is the intent of the City to award this bid to the lowest responsible and responsive Bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated, whichever is in the best interest of the City. This solicitation is issued pursuant to the City of Tamarac Code, Chapter 6, "Finance & Taxation", Article V, "Purchasing Procedures', Section 6-141 at seq. G TC-2 It is the intent of the City to award this bid to the lowest responsible and responsive Bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated, whichever is in the best interest of the City. This sorutittation is issued pursuant to the City of Tamarac Code, Chapter 6, "Finance & Taxation", Article V, "Purchasing Procedures", Section 6-141 et seq. GENERAL TERMS AND CONDITIONS These general terns and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective Bidders. Any and all special conditions in this IFB or any sample agreement document that may be in variance or conflict with these General Terms and Conditions shall have precedence over these General Terms and Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Terms and Conditions shall preval in their entirety. 1. SUBMISSION OF THE BID The Bidder is directed to deliver sealed bids to the City of Tamarac, Purchasing Division, 7525 N. W. 88th Avenue, Room 108, Tamarac, Florida 33321, no later than the date and time specified on the cover page of this solicitation document. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall become a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 8eH AVENUE TAMARAC, FL 33321 954-597-3570 It is the Bidders responsibility to read and understand the requirements of this bid. Unless otherwise specified, the Bidder must use the bid form furnished in the bid document. The Bidder is requested to submit one (1) original and two (2) copies of the bid. The original bid must be manually and duly signed in Ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by hisfher signature. All bid forms must be typewritten or completed in ink. The Bidder must initial any erasures or corrections in ink. Ail bids shall be submitted in the English language. All pries, terms and conditions quoted in the submitted bid shall be expressed in U.S. Dollars, and will be firm for acceptance for sixty (60) calendar days from the date of the bid opening unless otherwise stated by the City. The Bidder preparing a bid in response to this solicitation shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shag be submitted to the City for expenses related to its preparation. 2. BID DEPOSIT When required on the cover page, a bid deposit or bid surety bond in the amount specified shall accompany the bid. Bid deposits shag be in the form of cash, certified check or cashier's check, drawn on a responsible bank doing business in the United States, and shall be made payable to the City of Tamarac. In lieu of a bid deposit, a bid surety provided by a firm licensed to business in the State of Florida shag be provided to the City. Any bid deposits will be returned to the Bidders at the time of contract award. The bid deposit of the successful vendor shag be returned upon receipt of acceptable Performance and/or Payment bonds. 3. BONDING When required by the specification herein, the successful Bidder shall furnish a Performance and Payment bond, and/or Warranty bond, as stated on the cover page of this solicitation, on the Citys forms, within fifteen (15) calendar days after notification of contract award. Failure to furnish the required bonds within the time specified may be cause for rejection of the bid and any bid deposit may be retained by the City as liquidated damages and G TC-3 not as a penalty. Said sum shall be a fair estimate of the amount of damages the City would sustain due to Bidders failure to furnish said bonds. 4. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the Purchasing Office. 5. PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to 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 of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 6. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit Form and shag submit this form with the bid/proposal. The City considers the failure of the Contractor to submit this document to be a major irregularity, and may be cause for rejection of the Proposal. 7. CONFLICT OF INTEREST The award hereunder is subject to the provisions of Chapter 112 of the State of Florida Statutes. Bidders shag disclose the name of any officer, director, partner, proprietor, associate or agent who is also a public officer or employee of the City or any of its agencies. 8. QUANTITIES Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 8ell AVENUE TAMARAC,FL 33321 954-597-3570 amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests ofthe City. 9. PRICES, PAYMENTS AND DISCOUNTS Bid prices shall be fixed and firm to the extent required under Special Conditions. In the absence of a reference in the Special Conditions, bid prices shall be fixed and firm for a period of sixty (60) calendar days, or ninety (90) calendar days when the contract must be approved by another agency. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terns in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed made on the date of the mailing of the check. All payments shall be governed by the Local Government Prompt Payment Act, F.S. Chapter 218. 10. DELIVERY All items shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 11. MANUFACTURER'S NAME & APPROVED EQUIVALENTS Manufacturer's name, trade name, brand name information and/or model/catalog numbers are used in these specifications for information and establishment of a quality level desired, and are not intended to restrict competition unless otherwise specified in the bid. The GTC-4 Bidder may offer any brand which meets or exceeds the specifications for any item(s). If bids are based on equivalent products, indicate on the bid form the manufacturer's name and modellcatalog number. Bidder shall submit complete descriptive literature and/or specifications with the bid. The burden of proof for specification compliance is solely on the Bidder. The City reserves the right to be the sole judge of what is equal and acceptable. Failure to provide this information within three (3) business days of the City s request may be grounds for bid disqualification. If Bidder falls to name a substitute, it will be assumed that the Bidder has submitted a bid which conforms in all aspects to the requirements of the bid document, and that the Bidder intends to furnish goods Identical to the bid standard. 12 SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the Bidders name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 13. BACKGROUND INVESTIGATION As a part of the Bid evaluation process, the City may conduct a background investigation including a criminal record check of Bidder's officers and/or employees, by the Brow•erd County Sheriffs Office. Bidder's submission of a bid constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in deters fining Bidders qualifications. 14. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shag be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88TH AVENUE TAMARAC, FL 33321 954-597-3570 product to the Bidder at no cost to the City. Successful Bidder shall furnish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 15. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 16. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conform with all respects to the standards set forth in the Occupational Safety and Heath Act of 1970 as amended, and shall be in compliance with Chapter 442, Florida Statutes as well as any industry standards, if applicable. Any toxic substance listed in Section 38F- 41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 17. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the bid award, notwithstanding any additional requirements enumerated in the Special conditions herein relating to performance based contracting. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The Gty shall be the sole judge of nonperformance. 18. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the GTC-5 successful vendor. 19. TERMINATION a. DEFAULT In addition to all other remedies available to the City, this Agreement shag be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shag continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. b.TERMINATION FOR CONVENIENCE OF CITY Notwithstanding any additional requirements for performance based contracting contained in the special conditions herein, the final Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. c. FUNDING OUT This agreement shall remain in fug force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 20. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award Issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC,FL 33321 954-597-3570 21. EMPLOYEES Employees of the Bidder shall at all times be 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. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 22. NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract the Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex. Religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 23. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 24. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. G TC-6 2& INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, K any, with respect to the work and services described herein. Bidder shah obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Officer before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shah provide to the City's Risk & Safety Officer certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shah indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Occurrence Aggregate Coverage Commercial General $1,000,000 $1,000,000 Liability Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation Statutory & Emalover's Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shah commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an SUBMIT BID TO: CITY OF TAMARAc PURCHASING AND CONTRACTS DIVISION 7525 NW 8e AVENUE TAMARAC, FL 33321 954-597-3570 insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per A.M. Bests Key Rating Guide and be licensed to do business in Florida. Policies shall be 'Occurrence' form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an 'additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self - insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. 'Claims -Made" forms are acceptable for Professional Liability insurance. 26. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attomeys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. INDEPENDENT CONTRACTOR G TC-7 An Agreement resulting from this solicitation does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security AcL the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carving out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under any potential Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own Investment in its business, and that it will utilize a high level of skill necessary to perform the work. Any potential Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 27. CLARIFICATION & ADDENDA Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. If, upon review, any material errors in specifications are found, the Bidder shall contact the Purchasing Office immediately. Any inquires, suggestions, requests concerning clarification, or requests for additional information shall be submitted in writing to the Purchasing and Contracts Manager. The City of Tamarac reserves the right to amend this bid SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88r" AVENUE TAMARAC, FL 33321 954-597-3570 prior to the Bid opening date indicated by written addenda. Written addenda shall serve as the sole means of clarification. The City shall not be responsible for oral interpretations given by any City employee or its representative. 28. BID TABULATION Bidders may download the bid tabulation directly from the Internet at hip://www.tamarac.ora. The City does not notify unsuccessful Bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section 7(m), sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to F.S. §120.57(3Xa), or within 10 days after bid/proposal opening, whichever is earlier. 29. RECORDSIAUDITS The Contractor shall maintain during the tern of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the Citys Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract .and retain them for a minimum period of one (1) year beyond the last day or the contract term. 30. UNBALANCED BIDS When a unit price bid has variable or estimated quantities, and the bid shows evidence of unbalanced bid pricing, such bid may be rejected. 31. UNIT PRICES Where a discrepancy between unit price and total price is indicated on a Bidder's submitted Schedule of Bid Prices or Price Proposal Form, the unit prices shall prevail GTC-8 32. VENUE Any Agreement resulting from this solicitation shall be governed by the laws of the State of Florida as now and hereafter in force. The venue far actions arising out of this agreement is fixed in Broward County, Florida. 33. STANDARD AGREEMENT DOCUMENT The City may attach as a part of this solicitation, a Sample Agreement document . Bidders shall be responsible for complying with all of the terms and conditions of the Sample Agreement document if included herein, except where variant or conflicting language may be included in any Special Conditions contained herein. Bidders shall note any deviation or variance with the Sample Agreement document at the time of bid submission. 34. OTHER GOVERNMENTAL ENTITIES If a Bidder is awarded a contract as a result of this Invitation for Bid, Bidder will, if Bidder has sufficient capacity or quantities available, provide to other govemmental agencies, so requesting, the products or services awarded in accordance with the terms and conditions of the Invitation for Bid and resulting contract. Prices shall be F.O.B. Destination to the requesting agency. City of Tamarac INVITATION TO BID ARMORED CAR SERVICES BID NO. 09-20B Purchasing & Contracts Division Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, Room 108, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until 4:OOPM local time THURSDAY, NOVEMBER 5, 2009 at which time bids will be publicly opened and announced for, ARMORED CAR SERVICES. All bids received after the date and time stated above will be returned unopened. All firms are invited to attend the opening. Submit one (1) original document, marked "Original„ on its exterior, prior to the bid opening deadline. Late bids will not be accepted. Two (2) photocopies should accompany your original. Bids must be submitted on the official Bid Forms furnished with this bid package; and those submitted otherwise will not be considered responsive. The submittal should be plainly marked, BID #09-20B, "ARMORED CAR SERVICES" on outside of the envelope. The City of Tamarac, Parks and Recreation Department, is seeking bids to provide ARMORED CAR SERVICES for designated locations within the City. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. The Bid document will be available at no charge at Tamarac City Hall, 7525 NW 88th Avenue, Tamarac, FL 33321, Purchasing, Room 108, or may be downloaded at ww% fAmarac.org. For non -technical inquiries, contact the Purchasing Office at (954) 597-3570. For technical issues, direct questions by fax or e-mail to Dania Maldanado, Community Services Manager via email at daniarn0tamarac.org or Fax at (954) 597-3590. Be sure to include the Project Name and Bid Number on all correspondence. Steven J. Beamsderfer, C.P. M., CPPB Buyer Publish Dates: October 18, and October 25, 2009 of Tamarac, TABLE OF CONTENTS Bid No. 09-20B Purchashiq and Contracts Division General Terms and Conditions................................................................................GTC 2-8 Invitationto Bid.................................................................................................................... 9 Tableof Contents..............................................................................................................10 Instructions to Bidders....................................................................................................... 11 Technical Specifications...............................................................................................12-18 Bid Coversheet Checklist..................................................................................................19 Bid Form and Schedule of Bid Prices........................................................................... 20-23 Non -Collusive Affidavit...................................................................................................... 24 CertificationForm ............... ............................................................................................... 26 Bidder's Qualification Statement.................................................................................. 27-31 ReferenceForm........................................................................................... ..................... 32 Vendor Drug -Free Workplace Form .......................................... ................ ........................ 33 Foreign (Non -Florida) Corporations Form......................................................................... 34 SampleAgreement....................................................................................................... 35-42 to of Tan iarac INSTRUCTIONS TO BIDDERS BID NO. 04-26B Purchasina and Contracts Division It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. DESCRIPTION OF WORK The City requires daily armored car services (As outlined in section IV of the Bid Specifications) for deposit of City funds (currency and coin), wire transfer request letters, delivery of receipted deposit tickets, bank statements and other correspondence between the bank and the City, and the transportation of negotiable securities or other items of value. A. REQUIREMENTS To be considered for award of this bid, VENDOR shall have been established in the business of providing armored car service for a period of not less than three (3) consecutive years and must provide a minimum of five (5) references, including names, address and telephone number, to whom services are currently rendered who require service similar to the City of Tamarac. Similar shall mean at least 3 locations picked up a minimum of once daily five (5) times per week with a minimum pick up of one hundred dollars ($100). The City reserves the right to allow the City's bank to review bidder qualifications prior to contract award. B. CONTRACT DOCUMENTS The contract documents shall consist of the Standard Form of Agreement, Bid Proposal executed and submitted by the Contractor, project specifications, plans and specifications (where applicable), any addendums or change orders, bond(s), insurance C. CONTRACT PERIOD The initial contract period shall be for three (3) years beginning upon award of this Agreement. The City reserves the right to exercise the option to renew for an additional two (2) year period, for a total contract period not to exceed five (5) years. The City requires a firm price for the initial three (3) year contract period. Renewals will be based on the Successful Bidder agreeing to the same terms and conditions and by filing written notice to the City not less than ninety (90) days prior to renewal date of any adjustment in the contract amount. Contract renewal shall be based on satisfactory performance, mutual acceptance, and determination that the contract is in the best interest of the City. of Tamarac TECHNICAL SPECIFICATIONS BID 04-26B ARMORED CAR SERVICES REQUIREMENTS Purchasing and Contracts Division A. The City requires daily armored car services (per schedule of pick-up dates as shown in section IV below) for deposit of City funds (currency and coin), wire transfer request letters, delivery of receipted deposit tickets, bank statements and other correspondence between the bank and the City, and the transportation of negotiable securities or other items of value. B. To be considered for award of this bid, VENDOR shall have been established in the business of providing armored car service for a period of not less than three (3) consecutive years and must provide a minimum of five (5) references, including names, address and telephone number, to whom services are currently rendered who require service similar to the City of Tamarac. Similar shall consist of at least 3 locations picked up a minimum of once daily five (5) times per week with a minimum pick up of one hundred dollars ($100). C. The City reserves the right to allow the City's bank to review bidder qualifications prior to award of an agreement. II. CONTRACT PERIOD A. The initial contract period shall be for three (3) years beginning upon award final contract execution and award of the Agreement. The City reserves the right to exercise the option to renew for an additional two (2) year period, for a total contract period not to exceed five (5) years. The City requires a firm price for the initial three (3) year contract period. Renewals will be based on the Successful Bidder agreeing to the same terms and conditions and by filing written notice to the City not less than ninety (90) days prior to renewal date of any adjustment in the contract amount. Contract renewal shall be based on satisfactory performance, mutual acceptance, and determination that the contract is in the best interest of the City. B. In the event services are scheduled to end because of the expiration of this contract, the VENDOR shall continue the service upon the request of the Purchasing Director. The extension period shall not extend for more than ninety (90) days beyond the expiration date of the existing contract. The contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the City. City of Tamarac Purchasing and Contracts Division Ill. ARMORED CAR SERVICES VENDOR RESPONSIBILITIES: A. VENDOR shall make one pickup daily from the locations listed below, on the times and days indicated, and deliver deposits to the designated City Bank. On a best effort basis, VENDOR will try to provide same day credit on deposit(s). 1. Pickup Locations: a. City Hall Cashiers Office, Room 102 7525 Northwest 88 Avenue Tamarac, Florida 33321 b. Building Department 6011 Nob Hill Road Tamarac, Florida 33321 C. Tamarac Community Center 8601 West Commercial Blvd. Tamarac, Florida 33351 d. Caporella Avatic Center 9300 NW 58 Street. Tamarac, Florida 33321 IV. Pick up dates: A. All Locations: Monday through Friday, except for City observed holidays listed below: 1. New Years Day 2. Martin Luther King 3. Presidents Day 4. Memorial Day 5. Independence Day 6. Labor Day 7. Veterans Day 8. Thanksgiving Day 9. Day after Thanksgiving Day 10. Christmas Eve City of Tamarac Purchasing and Contracts Division Caporella Aquatic Center Only: As a Contingency Item the City is requesting pricing for one pickup every Sunday from the first Sunday following June 1 st to the first Sunday following August 31 "c. V. Pick up Times: The CITY's time for pick up is between 1:00 PM and 2:30 PM, daily. Vi. Deposits: A. Deposits of CITY's funds will be delivered to TD Bank. at the location listed below: TD Bank 7001 West Commercial Blvd. Tamarac, FI.33319 If, for any reason, the City needs to change the location to which deposits are to be taken, vendor agrees to hold the existing price unchanged for the term of the agreement providing the new delivery location is within 10 miles of the current TD Bank location. B. A guard will pick up standard prenumbered sealed disposable bags containing the City deposits and deposit slips. The exterior of the bag will reflect the amount of deposit said to be contained inside. The guard signs a daily pickup manifest for the bags showing the total as it appears, and takes the deposit to the designated City bank. Guard obtains a signed delivery receipt from the bank. Deposit slips are returned to the City directly from the bank. C. VENDOR shall provide the City with copies of employee identification cards which will include a photograph and signature of each employee making pick ups or deliveries for the City. No pick up shall be performed by VENDOR'S employees without that employee's valid identification card on file with the City. VENDOR shall update cards on file with the City as necessary. D. VENDOR employees making pick ups shall be uniformed and armed and shall be bonded, licensed and trained by the VENDOR to perform the duties as required. Failure to provide proof, in a timely fashion when requested, of bonding, licensing or training may be sufficient cause to terminate any agreement resulting from the award of this bid. City of Tamarac VII. INVOICES Purchasing and Contracts Division Invoices will be submitted for services rendered and expenses incurred. The City will accept invoices no more frequently than one (1) per month. Each invoice shall be accompanied by records fully detailing the amounts stated on the invoice. The City will make every attempt to pay invoices completely within thirty (30) days of receipt of a correct invoice. VENDOR shall prepare verification data for the amount claimed, and provide complete cooperation during such investigation of any areas in the invoice subject to question. Offers of early payment discounts are encouraged but the amount submitted on the Bid Form shall not reflect the inclusion of any early payment discounts. VIII. ADDITION OR DELETION OF SERVICES & BUDGETARY CONSTRAINTS The City reserves the right to add to the services specified in this agreement, or to delete any portion of the resulting Contract, at any time, and if such right is exercised by the City the total fee shall be increased or decreased in the same ratio as the service is to the monthly flat rate quoted by VENDOR and accepted by the city. In the event the City is required to reduce contract costs due to budgetary constraints, all services specified in this document may be subject to a permanent or temporary reduction in budget. In such an event, the total cost for the affected service shall be reduced as required. The Contractor shall also be provided with a minimum 30-day notice prior to any such reduction in budget. IX. ESCALATION All prices quoted shall remain firm and fixed for the term of this bid. No changes in price will be accepted for the initial term of this bid due to increases in any vendor expenses. The sole exception to this will be adjustments for fuel prices. The use of fuel adjustments are not intended to compensate the vendor for what would be considered normal day-to-day fluctuations or seasonal changes. Nor are they intended to serve as a guarantee for full compensation for fuel price fluctuations Instead, they are intended to provide for a sharing, by the City, in a portion of the Contractor's risk which could result from unusual fuel price fluctuations. To this end the City will agree to fuel price adjustments on the following basis: FUEL ADJUSTMENT CLAUSE: Adjustments for fuel will be calculated on a monthly basis using data published on the Eneray Information Administration website using the Weekly Retail On - Highway Diesel Prices for the Lower Atlantic Region. Reference URL: 15 X. XI. Diesel fuel prices are published every Monday. For purposes of this bid, figures used to determine fuel cost will be the average of the published price for the last four Mondays in the month being billed. Adjustments for fuel costs may be added to the invoice based on the calculated average monthly fuel cost and shall be determined based on the information provided in the table below. Adjustments shall be calculated by multiplying the Bid Price (from the Bid Form) by the Allowable Bid Price Multiple (Column C) which appears on the same line as the Average Fuel Price/gal. (Column A). Fuel adjustments shall also apply to Contingency Items purchased by the City. Adjustments for fuel shall be added to the invoice as a separate line item. Column A Column B Column C Average Fuel Price /gal. Price Adjustment Allowable Bid Price Multiple $1.00/ al—$1.49/ al -.6% -.012 $1.50/ al--$1.99/ al -.6% -.006 $2.00/ al—$2.99/ al 0% .00 $3.00/ al—$3.49/ al .6% .006 $3.50/ al—$3.99/ al .6% .012 $4.00/ al—$4.49/ al .6% .018 $4.50/ al—$4.99/ al 1.6% .024 $5.00/ al—$5.49/ al .6% .03 These adjustments will be in effect only so long as the average monthly price as determined from the information appearing in the referenced source remains in the range shown on the table above. Should fuel price increase or decrease beyond the range shown in this table, the allowable adjustment will be continued at the same rate of increase or decrease shown. BASIS FOR AWARD The basis for awarding this bid shall be the lowest monthly charge per pick up location submitted by a responsive and responsible bidder. Contingency items will not be considered when making this determination. CONTINGENCY ITEMS 16. City of Tamarac _ _ Purchasing & Con'racts Division Contingency items are items which the City may elect to purchase in the future but for which the City has no immediate requirement. There are no quantities shown in the pricing table for these items. Contingency item pricing will not be a factor in determining the lowest responsive and responsible bidder for purposes of bid award, however, bidder shall provide unit pricing for all contingency items. The City reserves the right not to purchase these items, and is under no obligation to do so, from the same vendor awarded this bid. XII. INSURANCE REQUIREMENTS A. VENDOR agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. B. VENDOR shall obtain at VENDOR's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. VENDOR shall maintain such insurance in full force and effect during the life of this Agreement. VENDOR shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. VENDOR shall indemnify and save the City harmless from any damage resulting to it for failure of either VENDOR or any subcontractor to obtain or maintain such insurance. C. The following are required types and minimum limits of insurance coverage that the VENDOR agrees to maintain during the term of this contract: Limits Occurrence Aggregate Line of Business/ Coverage Commercial General Liability $1,000,000 $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability 17 City of Tamarac Purchasing & Contracts Division The City reserves the right to require higher limits depending upon the scope of work under this Agreement. D. In addition, VENDOR agrees to maintain an insurance policy or policies to cover damage to, or loss of articles transported: including banknotes, bonds, coupons, stock certificates, securities, checks, currency and coin, and other valuable documents, from any cause whatsoever in transit or otherwise, including any act of omission of the VENDOR, or any of its employees, or anyone acting on its service. VENDOR's insurance coverage for the items insured hereunder to be in the minimum amount of five million dollars ($5,000,000.00) each occurrence. E. Neither VENDOR nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The VENDOR will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The VENDOR's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The VENDOR's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The VENDOR shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the VENDOR purchase a bond to cover the full amount of the deductible or self -insured retention. If the VENDOR is to provide professional services under this Agreement, the VENDOR must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability Insurance. City of Tamarac Purchasing & Contracis Division COMPANY NAME: (Please Print): Dunbar Armored, Inc. Phone: 410-229-1906 Fax: 410-229-1907 BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... ❑ 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. ❑ 2. Properly fill out the Bid Form. ❑ 3. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. ❑ 4. Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. ❑ 5. Fill out the Offeror's Qualification Statement. ❑ 6. Fill out the References page. ❑ 7. Sign the Vendor Drug Free Workplace Form. ❑ 8. Fill out and sign the Certified Resolution. ❑ 9. Include proof of insurance. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 19 City of Tamarac Purchasing & Contracts Division BID FORM BID NO.09-20B Submittedby: Dunbar Armored, Inc. Date October 27 , 2009 THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 20 City of Tamarac BID FORM (continueao BID NO. 09-20B Purchasing and Contracts Division We propose to furnish the following in conformity with the specifications and at the prices indicated below. Said bid prices have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder upon successful completion of its obligation as specified in the contract documents. DESCRIPTION Bid Price Monthly pick up charge for each of the four specified pick up locations. $ 374 /Mth. (this is the charge per location per month) 374 Contingency Item: Sunday Pickup at the Caporella Aquatic Center: 1 $ 19 per pickup Dunbar Armored, Inc. Company Name Russell E. Daniels Print Name 1906@dunbararm.com Above signer's email address (if any) 21 Sr. Vice President Title PRICL'�TG DATA SHEET Dunbar's pricing assumes checks are covered for reconstruction purposes only. That is the agency will cooperate to the best of its ability to identify the maker and amount of each check in the event it is lost or stolen and to obtain a replacement check. Dunbar's pricing does not include supplying tamper evident bank bags. Security bags are available for purchase from Dunbar BankPak at 800-766-9145. Due to the nature of our business armored car routes are subject to change for a variety of reasons including but not limited to traffic and weather conditions as well as road and security issues City of Tamarac Purchasing and Contracts Division BID FORM (continued) BID NO.09-20B The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejee bl6 will�e at the expense of the bidder. Russell E. Daniels Dunbar Armored Inc. Company Name 50 Schilling Road Typed/Printed Name Address 410-229-1906 Hunt Valley, MD 21031 Telephone City, State, ZIP 410-229-1907 52-0675776 Fax Federal Tax ID Number 4906@dunbararm.com attachgd Email address for above signer (if any) Contractor's License Number City of Tamarac ""' """"' Purchasing & Contracts Division BID FORM (continued) BID NO.09-20B Bidders Name: Dunbar Armored, Inc. TERMS: Net 30 % (percent discount, if any, if payment made within DAYS; otherwise, terms are NET 30 days. The City of Tamarac desires to have the ability to use a city credit card for payment. Will your firm accept a Visa credit card as payment from the City of Tamarac? 12 Yes ❑ No Delivery/completion: A s R e o u i r edlendar days after receipt of Notice to Proceed or Purchase Order, whichever is applicable for this project. To be considered eligible for award, one (1) original and three (3) copies of this bid form should be submitted with the Bid. Copies must be provided within 3 business days of City's request. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder, as evidenced by completion of the Certified Resolution form contained herein (or acceptable Corporate Resolution) may be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 23 City of Tamarac �.'irPurchasing & Contracts Division NON -COLLUSIVE AFFIDAVIT State of M J ) )ss. County of AM A, r r& ) Russell E . Daniels being first duly sworn, deposes and says that: 1. He/she is the S r . Vice President , (Owner, Partner, Officer, Representative or Agent) of u n a r Armored , the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence o 41 fitness Russel -E. Daniels Witness Printed Name Title 24 City of Tamarac ACKNOWLEDGMENT Purchasing & Contracts Division NON -COLLUSIVE AFFIDAVIT State of County of On this the/-- day of , 20A before me, the undersigned Notary Public of the State of Florida, personally appeared Russell E. Daniels and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: (Type of Identification Produced) ❑ DID take an oath, or DID NOT take an oath Cary of Tamarac Purchasing & Contracts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(syservice(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. INDICATE WHICH TYPE OF ORGANIZATION BELOW: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ® IOTHER ❑ sell E. Daniels Name 410-229-1906 Telephone 410-229-1907 Fax DunbarArmored. Inc. Company Name 50 Schilling Road Address Hunt Valley, MD 21031 City, State, ZIP 52-0675776 Federal Tax ID Number 1906@dunbararm.com attached Email address for above signer (if any) Contractor's License Number 26 City of Tamarac, Purchasing & Contracts Division, BIDDER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88th Avenue Tamarac, Florida 33321 Check One Submitted By: Dunbar_ Armored, Inc. _ x❑ Corporation Name: Russell E . Daniels _ ❑ Partnership Address: 50 Schilling Road ❑ Individual City, State, Zip Hunt Valley, MD 21031 ❑ Other Telephone No. 410 - 2 2 9 -19 0 6 Fax No. 410-229-1907 6. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Bidder is: Dunbar Armored, Inc. The address of the principal place of business is: 50 Schilling Road, Hunt Valley, MD 7. If Bidder is a corporation, answer the following: d) Date of Incorporation: May 1956 e) State of Incorporation: _ _KD_���_ f) President's name:_ _ . K Dunbar g) Vice President's name: D B o t z l e r h) Secretary's name: V . Thompson m i) Treasurer's name: _ _ J .. Lauer j) Name and address of Resident Agent:____At-ta,he 8. if Bidder is an individual or a partnership, answer the following: k) Date of organization: Resident Agent HIQ Corporate Services, Inc. 1574 Village Square Blvd, Suite 100 Tallahassee, FL 32309 City of Tamarac Purchasing and Contracts Division 1) Name, address and ownership units of all partners: m) State whether general or limited partnership: 9. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 10.If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 11. How many years has your organization been in business under its present business name? 14 a) Under what other former names has your organization operated? Federal Armored, Express 12. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. A_Ua ched 13. Have you personally inspected the site of the proposed work? ❑ YES ❑ NO N/A - Dunbar currently provides this service 14. Do you have a complete set of documents, including drawings and addenda? x❑ YES ❑ NO 15. Did you attend Pre -Bid Conference if any such conference was held? ❑ YES ❑ NO N/A - A conference was not held. 16. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 28 as 0 z ul Go 6 U I aHc a VJ m a a �' ►, a a Qa� M ayy .E�ErVi 943 7g wIu c ui N !A 4 ry v 00 wx izLL ZOC+� 7- iz w 0 ,20w ,Za uiw9UJ co cri Lw City of Tamarac Purchasing and Contracts Division 17. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone References are attached 18. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). Dunbar representatives meet all licensing requirements in the State of Florida. We have performed your service for many years. 19. State the name of the individual who will have personal supervision of the work: Howard Hamilton 20. State the name and address of attorney, if any, for the business of the Offeror: N/A 21. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Bidder's business and indicate the percentage owned of each such business and/or individual: James L. Dunbar - 100% 50 Schilling Road, Hunt Valley, MD 21031 22.State the names, addresses and the type of business of all firms that are partially or wholly owned by Bidder: N/A 23. State the name of Surety Company which will be providing the bond, and name and address of agent: -- ... ........... _ .. DATE(MM/DD/YYYY) ACORg- ` CERTIFICATE OF LIABILITY INSURANCE 03/23/2009 PRODUCER on , Risk services Inc. of Maryland 500 East Pratt Street THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORINIATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS Baltimore MD 23.202 USA CERTIFICATE DOES NOT AMEND, EXTEAD OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC9 PHoNE- 866 283-7122 FAX-(847) 953-5390 INSURED INSURERA: National Union Fire ins co of Pittsburgh 19445 Dunbar Armored, Inc. 50 Schilling Road Hunt valley, MD 21031 USA nauRERe: Hartford Fire insurance Co. 19682 INSURER C: USURER D: LYSURER E COWRAGES 775! Tes per terms and con Tt-Ions o policy THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSL.'ED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMErr WITH RESPECT TO vwcH THIS CERTIFICATE MAY BE ISsuFD OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBIECI' TO ALL TIM TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POL)CMS. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LIMITS SHOWN ARE AS REQUESTED INSR LTR D INSR TYPE OF INSURANCE POLICY NUMBERDATE(AIMI POLICT'NEFFECI7 M") POLICY EXPIRATION DATE(M T%DMY"Y) LIMITS s ERALLIAs/LITY 30CSER26502 04/01/09 D4/01/10 EACH OCCURRENCE S1,0D0.000 DAMAGE TO REf•TED S100.000 X COMMERCIAL GCNERAL LIABILITY CLAIMS MADE ® OCCUR PREMISES n: oxmc.m) 77 wrPonuw) PERSONAL A ApV INJURY S1,000,000 GENERALAGGREGATE S3.0001000 OENL AGGREGATE LIMIT APPLES PER • PRODUCTS - COMP" AGG 53,000,000 'B ❑ POLICY ❑ IJIM PRO,X❑ LOC At, IOMOBILE LIABILITY 30CsER26503 04/01/09 04/01/10 COMMMED SIN= LIMIT ANY AUTO (FA ax dent) $2 , 000 , 000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (per X HIRED AUTOS BODILY INJURY X NON OWNED AUTOS (Pftue.6m) PROPERTTDAMAGE (Pa a¢idae4) GARAGE LIABILITY ALTO ONLY - EA ACCIDENT ANY AUTO OTHER THAN FA ACC AUTO ONLY: --- AM A EXCESS NMBRELLA LIABILITY BE6543756 04/01/09 --T4-7rl-/= EACH OCCURRENCE X❑OCCUR ❑ CLAIMS MADE - AGGREGATE $10,000,000 S101-000 ®DEDUCTIBLE RETENT)ON B B WORKERS COMPENSATION AND EMPLOYERS LIABILITY ADS 30wBRR26501 04/01/09 04/01/10 X 1WC STATU- 0 - Rl' 1MIER E.L. EACH ACCIDENT S1,OD0,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER)AEMBER EXCLUDED? Wisconsin EL. DISEASE -EA EMPLOYEE S1,000.000 INm d—i.. m,dc SPECIAL PROVISIONS eeo. EI DISEASE -POLICY LIMIT S1,000,000 OTHER DESCRIPTION OF OMRATIONSA.OGT IONWEHICIFSIEXCLUSIONS ADDED BY ENDORSEMENTSPECIAL PROVISIONS Cancgllation Provision shown herein is subject to shorter or longer time periods depending on the jurisdiction of, and reason for, the cancellation. Evidence Of Insurance SHOULD Dunbar Armored, Inc. DATE ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 50 Schilling Road 39 BUT Hunt valley, MD 21031 USA OF DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. - FAILURE TODOSOSHALL IMPOSE NO OBLIGATION OR LIABILITY. ANY RIND UPON. THE INSURER ITS AGENTS OR REPRESENTATIVES.. AUTHORIZEDREPRESENTATIVE I - •. �'--;-- ��" 1 'rim y zr a.. �"a " �1 1-1 r:�• . �. 1'�r-f ISSUED TO: SPECIMEN TIAs is to certify t.6mt policies of iae-arare as descAbed t4ow have been immed to the iru u: t-d nwW--d below And are in force at tms time. it such poucEes are ==led, t1;e limits of liability rrdum r or ;be poLicies are cb=pd ir. any wsp that may affect your covcmge during the periods of covmge as sia.14--d henn, Written notice will be ma ie3 to the party-desiRr:atad abm for whom- this Me,15cate is is-Qued. Sucli wrieten Gctice will be t�r�d W less than tEn (10) day= Fri�c t� baid cancellation, lim t reduction of clapge zbat may a-fl your cavcrzp. TJUNBAR ARMORED, INC. tALL RISK" ARMORED CAR CARGO LIABILITY To COVER CUMMMY, COM Pit)LLiCtN, ST Mck ROODS, IN�FC•0'TI"IX A'-N13 NON- NIZECOTIABT.E SECURITIES, CIMCKS AND OTHER PROPERTL AGAT."'r ALL lum OF PHYSICAL DOSS OF OR DAX4GE TO TIE INSURED PROPERTY WCLLJDMTG ANh ACT OR QIIiISSION� 015 THE ASSURED OR ANY OF ITS EMPLUIITES, EXCEPT WAR . NrD -NUCLEAR AS EXCLUDED I1 THE POLICY UW OF UA►B LITY POLICY PER OCCURRENCE Cf,FiR EM NUMI aER EPPECTIVE 13ATE S IW003,000 i.iebl!4 XL $pedtlmooc17affiSPCP.,4 8- i-cs io g-i-t 1 $ W0,W0 d rasa atSt43,0000M LL-Nds of Lon&n ONYA128 94-M ic'P-1-11 Tt±a insrzance aifrrded is sub;ed to at ai be term of the policy, ciCudhg r.-nda-marmris, aPprrable therelc- Sepficmb--1,'2008 # Specimen WiWis HA Inc. 10 WOOT}BRIDGE CFATER DRIVE • SVffZ 601 R OODBRQII[' E, NJ VM TEL.731-155-3155 FAX:732-855.3159 City of Tamarac Purchasing and Contracts Division 24. Bank References: Bank Address Telephone M&T Bank, 25 S. Charles Street. Baltimore, MD 21202 410-244-4085 25.Attach a financial statement including Bidder's latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 26. State the name of the firm preparing the financial statement and date thereof: Dunbar Armored 27. Is this financial statement for the identical organization named on page one? U YES ❑ NO Key ratios are provided 28.If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). The bidder acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by bidder to be true. The discovery of any omission or ss Fethatmaterially affects the bidder's qualifications to perform under the ntracuse the owner to reject the proposal, and if after the award, to cancel a ie award and/or contract. 30 Dunbar Armored offers the following key figures to demonstrate our financial stability: 2005 2006 2007 2008 Sales $215,374 $234,389 $256,416 $273,877 OperatingOperaUng Profit $4,951 1 $8,260 $8,160 $12,544 Assets $73,755 $78,852 $102,733 $103,154 Key Rations Sales Growth 4.6% 8.8% 9.4% 6.8% Current Ratio 1.06 1.00 1 1.14 1.24 current Assets/current Liabilities Interest Coverage EBIT/Int 2.98 4.01 2.86 4.15 Data contained on this page is considered company confidential. It has been supplied to your organization in response to a solicitation for our corporate services. By utilizing this data you, your employees, and any agents, avow that the only use of this Information, is to assess our complany's financial capability to perform the requested services. It is mutually agreed that this data will be safeguarded as if it was your own, and you, your employees, and agents, will never disclose any of this information. This non -disclosure agreement is binding and will never, under any circumstances, be released. All figures per audited Consolidated Financial Statements City of Tamarac Purchasing and Contracts Division ACKNOWLEDGEMENT BIDDER'S QUALIFICATION STATEMENT State of County of On this the,�f_ day of , 2(� , before me, the undersigned Notary Public of the State of Florida, personally appeared Russell E. Daniels and (Name(s) of individuals) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/shafthey acknowledge that he/she/they executed it. WITNESS my hand and official seal. NNc 'v :, STA NOTARY PUBLIC �������,N...•..Fi4 �i� SEAL OF OFFICE: .�.� •' '•:QE:�s �tary Public: Print, s Commissioned) Ily known to me, or uced identification: of Identification Produced) 13 DID take an oath, or XDID NOT take an oath 31 of Tainarac REFERENCES and Contracts Division Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Dunbar Armored Address 90 Schillina Poad City State zip Hunt Valley, MD 21031 Phone/Fax 410-229-1906 1 10-229--1907---.--------..___ E-mail 1906@dunbararm.com Agency/Firm Name: Attached Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name 32 References Metropolitan Dade County 111 Northwest First Street Miami, FL 33128 Maria Hevia, Buyer 305-375-3022 City Of Pembroke Pines 13975 Pembroke Road Pembroke Pines, FL 33027 Teri Burzo 965-437-1111 City of Jacksonville 117 West Duvall Street Jacksonville, FL 32202 Victoria McReynolds, Buyer 904-630-4956 School Board ofBroward County PO Box 5408 Ft. Lauderdale, Fl 33310 Dorris Carpenter 954-765-6120 Broward CounU Clerk of Courts 201 SE 6th Street, Room 275 Ft. Lauderdale, FL 33301 Patti G. Permenter Financial Operations Manager (954)831-7663 phone (954) 831-6115 fax City o, Tamarac Purchasing and Contracts Division VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1,1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug free workplace program, a business shall: 29. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 30. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 31. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 32. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 33. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. a good faith effort to continue to maintain a drug -free workplace through nentation of this section. As the person authorized to sign the statement, I that this form comp!ks fully with the above requirements. Dunbar Armored, Inc. Company Name 33 City of Tamarac Purchasing and Contracts Division FOREIGN (NON-FLORIDA) CORPORATIONS MUST COMPLETE THIS FORM DEPARTMENT OF STATE CORPORATE CHARTER NO. a Ai 6 9 9 If your corporation is exempt from the requirements of Section 607.1501, Florida Statutes, YOU MUST CHECK BELOW the reason(s) for the exemption. Please contact the Department of State, Division of Corporations at (904) 488-9000 for assistance with corporate registration or exemptions. 607.1501 Authority of foreign corporation to transact business required. (1) A foreign corporation may not transact business in this state until it obtains a certificate of authority from the Department of State. (2) The following activities, among others, do not constitute transacting business within the meaning of subsection (1): ❑ (a) Maintaining, defending, or settling any proceeding. ❑ (b) Holding meetings of the board of directors or shareholders or carrying on other activities concerning internal corporate affairs. ❑ (c) Maintaining bank accounts. ❑ (d) Maintaining officers or agencies for the transfer, exchange, and registration of the corporation's own securities or maintaining trustees or depositaries with respect to those securities. ❑ (e) Selling through independent contractors. ❑ (f) Soliciting or obtaining orders, whether by mail or through employees, agents, or otherwise, if the orders require acceptance outside this state before they become contracts. ❑ (g) Creating or acquiring indebtedness, mortgages, and security interests in real or personal property. ❑ (h) Securing or collecting debts or enforcing mortgages and security interests in property securing the debts. ❑ (i) Transacting business in interstate commerce. ❑ 0) Conducting an isolated transaction that is completed within 30 days and that is not one in the course of repeated transactions of a like nature. ❑ (k) Owning and controlling a subsidiary corporation incorporated in or transacting business within this state or voting the stock of any corporation which it has lawfully acquired. ❑ (1) Owning a limited partnership interest in a limited partnership that is doing business within this state, unless such limited partner manages or controls the partnership or exercises the powers and duties of a general partner. ❑ (m) Owning, without more, real or personal property. (3) The list of activities in subsection (2) is not exhaustive. (4) This section has no application to the question of whether any foreign corporation is subject to service of process and suit in this state under any law of this state. Please check one of the following if your firm is NOT a corporation: (1) ❑ Partnership, Joint Venture, Estate or Trust (11) ❑ Sole Proprietorship or Self Employed NOTE: This sheet MUST be enclosed with your bid if you claim an exemption or have checked I or II above. If you do not check I or 11 above, your firm will be considered a corporation and subject to all requirements listed herein. DunbLORRECT , Inc. GAL NAME I REOF AE:FHOR2ED6G�,W OF BIDDER Ru7c.11 : n2a 4 -I'- 34 AGREEMENT BETWEEN THE CITY OF TAMARAC AND DUNBAR ARMORED, INC. THIS AGREEMENT is made and entered into thisZ ay of 20,d by and between the City of Tamarac, a municipal corpo ion with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Dunbar Armored, Inc., a Maryland corporation with principal offices located at 50 Schilling Road, Hunt Valley, MD 21031 (the "Contractor") to provide for Armored Car Pick-up Services Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, Bid Document No. 09-20B titled "Armored Car Services", including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's bid/proposal included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between Invitation for Bid 09-20B titled "Armored Car Services" as issued by the City, and the Contractor's Proposal, Invitation for Bid 09-20B titled "Armored Car Services" as issued by the City shall take precedence over the Contractor's Proposal. Furthermore, in the event of a conflict between this document and any other contract documents, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City ,required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to provide Armored Car pick-up services at four (4) City locations including City Hall, the City Building Department, the Tamarac Community Center and the Caporella Aquatic Center daily, from Monday through Friday (excluding City holidays), and Sundays at the Caporella Aquatic Center as directed, at times and locations as enumerated in Invitation for Bid 09-20B titled "Armored Car Services". 2.1.2 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a , competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.3 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement. 2.1.4 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Term The contract shall be for an initial period of three (3) years commencing with the City's Notice to Proceed. The City reserves the right to renew the contract for one (1) additional two (2) year period, providing all parties agree to the renewal and all of the terms, conditions and specifications remain the`same. 5) Contract Pricing 5.1 The Contract Sum for the above work is shall be based on a unit cost of Three Hundred Seventy -Four Dollars and no cents ($374.00) per location per month. Sunday service, as directed, will be based on a unit cost of Nineteen Dollars and no cents ($19.00) per pick-up. 5.2 Fuel Adiustment Provision: Adjustments for fuel will be calculated on a monthly basis using data published on the Energy Information Administration website using the Weekly Retail On -Highway Diesel Prices for the Lower Atlantic Region. Reference URL: http://tonto.eia.doe.gov/oo /q info1wohdp/diesel detail report co mbined.asp Diesel fuel prices are published every Monday. For purposes of this bid, figures used to determine fuel cost will be the average of the published price for the last four Mondays in the month being billed. Adjustments for fuel costs may be added to the invoice based on the calculated average monthly fuel cost and shall be determined based on the information provided in the table below. Adjustments shall be calculated by multiplying the Bid Price (from the Bid Form) by the Allowable Bid Price Multiple (Column C) which appears on the same line as the Average Fuel Price/gal. (Column A). Fuel adjustments shall also apply to Contingency Items purchased by the City. Adjustments for fuel shall be added to the invoice as a separate line item. Column A Column B Column C Average Fuel Price /gal. Price Adjustment Allowable Bid Price Multiple $1.00/ al--$1.49/ al -.6% -.012 $1.50/ al--$1.99/ al -.6% -.006 $2.00/ al--$2.99/ al 0% .00 $3.00/ al--$3.49/ al .6% .006 $3.50/ al--$3.99/ al .6% .012 $4.00/ al--$4.49/ al .6% .018 $4.50/ al--$4.99/ al .6% .024 $5.00/ al--$5.49/ al .6% .03 These adjustments will be in effect only so long as the average monthly price as determined from the information appearing in the referenced source remains in the range shown on the table above. Should fuel price increase or decrease beyond the range shown in this table, the allowable adjustment will be continued at the same rate of increase or decrease shown. 5.3 Contractor shall not charge the City for any additional pick-up charges, surcharges, or incidental charges not enumerated in this Agreement or the Contract Documents. 6) Payments Payment will be made monthly for work that has been completed, inspected and properly invoiced. Invoices must bear the project name, and any additional reference purchase order number provided by the City. City has up to thirty (30) days to review, approve and pay all invoices after receipt. Contractor shall correct any invoice which does not reflect correct charges. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VI I, Chapter 218. 7) Indemnification 7.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 7.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. i. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. ii. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 7.3 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 8) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, vi or or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 9) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 10) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 11) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: 4 ,frar CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Dunbar Armored, Inc. 50 Schilling Road Hunt Valley, MD 21031 Attn: Russell E. Daniels, Sr. Vice President (410) 229-1907;Fax: (410) 229-1907 12) Termination 12.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 12.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 13) Uncontrollable Forces 13.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the, exercise of- reasonable. diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this .. L ,..,"., f f ... , t. �Nz�L a= r'�*'.sn� �'s� •�d:+'a .�^. 1. Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 13.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 14) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 15) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 16) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 17) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non- enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 18) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 19) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. REMAINDER OF PAGE INTENTIONALLY BLANK . -,; Cdv. n. ii,,-i s IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its Senior Vice President duly authorized to execute same. CITY OF TAMARRAC 8w?lfl-i�� Beth Flansbaum-Talabisco, Mayor 1.31 o� Date 61 ATTEST: JeffreyV Milfer, City Manager 91 / old l Marion Swenson, C Dat City Clerk A10 / Appr v d as to form and legal sufficiency: Date Ci Attorney ATTEST: Signature of Corporatd Secretary yje'.X� I., 7116M,0500 Type/Print Name of Corporate Sky. (CORPORATE SEAL) Date Russell E. Daniels Senior Vice President December 14, 2009 Date CORPORATE ACKNOWLEDGEMENT STATE OF COUNTY ����f; I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Russell E. Daniels, Senior Vice President, of Dunbar Armored, Inc., a Maryland Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this. day of D e c e r ` " " - Type of I.D. Produced ❑ DID take an oath, or [► DID NOT take an oath City of Tamarac Purchasing Contract's D/Visior, IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its Senior Vice President duly authorized to execute same. 0 Marian Zvenson, CMV City Clerk — Illell10 Date ATTEST: �U OY 11.dS-dam) Signature of Corporate S cretary VICk 1 1 , `Tho rn"n n Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OF TAMARAC Beth Fiansbaum- alabisco, M95ror Date 61 Jeffrey VfAill6r, City Manager' 13. -Polo Date Approv as to form and legal sufficiency: YO f City Momey Date Russell E. Daniels Senior Vice President December 14, 2009 Date Cit v of Tamarac CORPORATE ACKNOWLEDGEMENT STATE OF :SS COUNTY OF dZ44W I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Russell E. Daniels, Senior Vice President, of Dunbar Armored, Inc., a Maryland Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this. day of December 2009. ry Public at Large c.U: 1`isrinT,'1'y r6*jjKaamp * motSRtlotfW lublic pub sic �, Hall k me or �? '�q y Type of I.D. Produced ❑ DID take an oath, or Dj----DID NOT take an oath