Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-249Temp. Reso. #10569 October 4, 2004 Page 1 of 4 Revision 1 — November 1, 2004 Revision 2 — November 4, 2004 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004-_2U_9 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID 04-26B, "ARMORED CAR SERVICES", AND TO EXECUTE AN AGREEMENT WITH DUNBAR ARMORED, INC. FOR A THREE-YEAR TERM EFFECTIVE NUNC PRO TUNC TO 10/01/2004 THROUGH 9/30/2007, AT A COST OF $13,200 PER YEAR, NOT TO EXCEED $39,600 FOR THE THREE YEAR TERM; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac requires weekday armored car services to pick-up payments and fees from four different City locations for deposit at Wachovia Bank, with whom the City contracts for banking services; and WHEREAS, the existing contract with Dunbar Armored Inc., awarded by Bid 99-23B and approved by Resolution R99-240, expired September 30, 2004 with no further renewals; and WHEREAS, it was necessary to solicit competitive sealed bids for armored car services and the City subsequently issued Bid 04-26B which was advertised in the Sun -Sentinel on August 29th and September 5th, 2004, a copy of said bid is attached as Exhibit 1"; and WHEREAS, the Purchasing and Contracts Division solicited five vendors and received two responsive bid submittals, as follows: Temp. Reso. #10569 October 4, 2004 Page 2 of 4 Revision 1 — November 1, 2004 Revision 2 — November 4, 2004 Vendor Price Dunbar Armored $275.00/month per location Transvalue $650.00/month er location a copy of the bid tabulation is attached as Exhibit "2"; 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 "3"; and WHEREAS, one additional bid received from Brinks, Inc. did not comply with the City's specification requirement for bonding of all employees working on armored vehicles picking -up City deposits, 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 'A"; and WHEREAS, the Controller and the Purchasing and Contracts Manager recommend the award of Bid 04-26B to and the execution of an Agreement with Dunbar Armored, Inc.; 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 04-26B to and execute an Agreement with Dunbar Armored Inc. for Temp. Reso. #10569 October 4, 2004 Page 3 of 4 Revision 1 — November 1, 2004 Revision 2 — November 4, 2004 armored car services for a three year term in the amount of $13,200 per year, not to exceed $39,600 for the three year term. 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 specific part of this Resolution. SECTION 2: The appropriate City officials are hereby authorized to award Bid 04-26B, "Armored Car Services" and to execute an Agreement with Dunbar Armored, Inc. for a three-year term effective nunc pro tune, to 10/01 /2004 through 9/30/2007, at a cost of $13,200 per year, not to exceed $39,600 for the three year term. 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. Temp. Reso. #10569 October 4, 2004 Page 4 of 4 Revision 1 — November 1, 2004 Revision 2 — November 4, 2004 PASSED, ADOPTED AND APPROVED this 10t" day of November, 2004. ATTEST: MARION ENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHtLL S. KRAF CITY ATTORNEY I)11�1� _. s JOE SCHREIBER, MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM- ALABISCO DIST 3: V/M SULTANOF Ak DIST 4: COMM. ROBERTS I 1 1 T,R,10569 EXHIBIT 1 INVITATION TO BID Al F5 BID NO. 44-26B ARMORED CAR SERVICES Issued on behalf of the Finance Department City of Tamarac Purchasing Division 7525 NW 88th Avenue Room 108 Tamarac, Florida 33321-2401 (954) 724-2450 I City of Tamarac Purchasing and Contracts Division TABLE OF CONTENTS Bid 04-26B General Terms and Conditions............................................................................ GTC1 5 Instructions to Bidders.......................................................................................................6 Bid Coversheet Checklist.................................................................................................7 Detailed Specifications................................................................................................ 8-12 BidForm.........................................................................................................................13 Non -Collusive Affidavit................................................................................................1 - 2 Certification................................................................................................................1 of 1 Bidder's Qualification Statement ................................................................................. 1-5 References.................................................................................................................1 of 1 Vendor Drug -Free Workplace....................................................................................1 of 1 Certified Resolution....................................................................................................1 of 1 Sample Form of Agreement...................................................................................... 1 - 15 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC, FL 33321 954-724-2450 INVITATION FOR BID Bidder Acknowledgement BID NO.: 04-26B BID TITLE: ARMORED CAR SERVICES BID OPENING DATE/TIME: SEPTEMBER 8, 2004, 2:OOPM BUYER NAME: Steven J. Beamsderfer, C.P.M. BUYER PHONE: 954-718-1791 BUYER EMAIL: stevenb@tamarac.org PRE -BID CONFERENCE/SITE INSPECTION: NA 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 OR IN THE SPECIAL CONDITIONS OF THE BID. ANY AND ALL SPECIAL CONDITIONS THAT MAY VARY FROM THESE GENERAL CONDITIONS SHALL PREVAIL OVER 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: COMPANY ADDRESS: COMPANY PHON NAME OF AUTHORIZED AGENT: TITLE OF AUTHORIZED AGENT: AUTHORIZED AGENT EMAIL ADDRESS: BIDDER TAXPAYER ID OR SOCIAL SECURITY NUMBER: SIGNATURE OF AUTHORIZED AGENT: 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. G T„ , of Tamarac 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. GENERAL TERMS AND CONDITIONS These general terms 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. i-ir7=l`iIPI-3191ZEel& in 1:8:11 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. It is the Bidder's 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 shall 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 his/her signature. All bid forms must be typewritten or completed in ink. The Bidder must initial any erasures or corrections in ink. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty 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 shall 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 shall 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 shall 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 shall be returned upon receipt of acceptable Performance and/or Payment bonds. Purchasing and Contracts Division 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 City's 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 not as a penalty. Said sum shall be a fair estimate of the amount of damages the City would sustain due to Bidder's 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 shall 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 shall 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 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 of the 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, cTC-2 of Tamarac Bidders are encouraged to provide prompt payment terms 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 Florida 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 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 model/catalog 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 fails 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 fumished 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 Bidder's 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 0 - Purchasing and Contracts Division 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 Broward County Sheriffs Office. Bidder's submission of a bid constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Bidder's 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 shall 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 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 Health Act and its amendments to any industry standards, if applicable. 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. 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 City 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 successful vendor. 19. TERMINATION a. DEFAULT Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City 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. b. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the City may without cause and without prejudice to any other right or remedy, terminate the agreement for the City's convenience whenever the City determines that such termination is in the best interest of the City. Where the agreement is terminated for the convenience of the City the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the City under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, shall terminate all outstanding GTC-3 of Tamarac Purchasing and Contracts Division sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract, and refrain from placing further orders and sub- contracts except as they may be necessary, and shall complete any continued portions of the work. c. FUNDING OUT 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. 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. 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. EQUAL EMPLOYMENT OPPORTUNITY No Contractor shall discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, or physical or mental handicap if qualified. Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment without regard to their race, religion, color, gender, national origin, or physical or mental handicap. Such actions shall include, but not be limited to the following; employment, upgrading, 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 agrees to post in conspicuous places available to employees and applicants for employment, notices setting forth the provisions of this non- discrimination 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. 25. 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, if any, with respect to the work and services described herein. Bidder shall 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 shall 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 shall 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: 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 Employer'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 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 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. 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 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 G iC-4 of Tamarac 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 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. 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 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. Bidders may download the bid tabulation directly from the Internet at http://www.tmarac.org/Dept/fin/purch/resuIts.html. 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(3)(a), or within 10 days after bid/proposal opening, whichever is earlier. 29. RECORDS/AUDITS The Contractor shall maintain during the term 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 City's 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. 0 Purchasing and Contracts Division GTC-5 of Tamarac Purchasing and Contracts Division INSTRUCTIONS TO BIDDERS BID NO. 04-26B 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 (Monday through Friday, except for City observed holidays) 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 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). The City reserves the right to allow the City's bank to review bidder qualifications prior to contract arbitration. 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 October 1, 2004 through September 30, 2007. 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. D. CONTACT INFORMATION Non -technical inquiries may be directed to the Purchasing Division at 954-724-2450. Technical inquiries may be directed to the Bill Nealon, Controller, at (954) 724-1317 of Tamarac Purchasing and Contracts Division DETAILED SPECIFICATIONS ARMORED CAR SERVICES I. REQUIREMENTS A. The City requires daily armored car services (Monday through Friday, except for City observed holidays) 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 October 1, 2004 through September 30, 2007. 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. ;ity of Tamarac Purchasing and Contracts Division III. 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 33321 d. Satellite City Hall 4267 West Commercial Blvd. Tamarac, Florida 33321 II. Pick up dates: A. 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 11. Christmas Day 9 a of Tamarac Purchasing and Contracts Division III. Pick up Times: The CITY's time for pick up is between 1:00 PM and 2:30 PM, daily. IV. Deposits: A. Deposits of CITY's funds will be delivered to Wachovia C.O.S. at the location listed below: Wachovia C.O.S 1401 South West 3rd St. Pompano Beach, FI. 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. E. VENDOR shall make every attempt to inform the CITY in advance of any change in service that might occur during a regular scheduled pick up, so that the CITY can take necessary steps in adhering to the change. IV. INVOICES 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. 1n City of Tamarac Purchasing and Contracts Division V. ADDITION OR DELETION OF SERVICES 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. VI. 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: Line of Business/ Coverage Commercial General Liability Including: Premises/Operations Contractual Liability Limits Occurrence Aggregate $1,000,000 $1,000,000 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 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. of Tamarac V1_ Purchasing and Contracts Division 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. 12 City of Tamarac COMPANY NAME: (Please Print): Phone: Fax: Purchasing and Contracts Division BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... ❑ 1. Carefully read the General Terms & Conditions, Instructions to Bidders and the Detailed Specifications. ❑ 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 Bidder'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. i4 City of Tamarac Purchasing and Contracts Division BID FORM ARMORED CAR SERVICES BID NO. 04-26B We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. DESCRIPTION OF SERVICES PRICE Armored Car Services Price is for each Pick Up Location per month $ 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 rejection will be at the expense of the bidder. Name of Bidder qC 2 of Tamarac 0 Purchasing & Contracts Division BID FORM ARMORED CAR SERVICES BID NO. 04-26B Submitted by: THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 Date 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. GAF-3 of Tamarac Purchasing & Contracts Division BID FORM (continued) ARMORED CAR SERVICES BID NO.04-26B 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 rejection will be at the expense of the bidder. Authorized Signature Typed/Printed Name Telephone Fax Company Name Address City, State, ZIP Federal Tax ID Number Email address for above signer (if any) Contractor's License Number BF-4 e- of Tamarac Purchasing & Contracts Division BID FORM (continued) ARMORED CAR SERVICES BID NO. 04-26B Bidders Name: TERMS: % (percent discount, if any, if payment made within DAYS; otherwise, terms are NET 30 days. To be considered eligible for award, one (1) original MUST BE SUBMITTED, and two (2) copies of this bid form SHOULD BE SUBMITTED with the Bid. However, 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. BF-5 of Tamarac Purchasing & Contracts Division NON -COLLUSIVE AFFIDAVIT State of )ss. County of being first duly sworn, deposes and says that: 1. He/she is the , (Owner, Partner, Officer, Representative or Agent) of , 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 of: By Witness Witness Printed Name Title ;P 1 of 2 Non-Coiic.sh,e Affid. ?, it of Tamarac ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of & Contracts Division On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared 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: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 2 of 2 Non -Collusive Affidavit City of Tamarac 0.- Purchasing & Contracts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(s)/service(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 If "Other", Explain: Authorized Signature Title Company Name Address City/State/Zip Contact Email address CORPORATION OTHER❑ Name (Printed Or Typed) Federal Employer I.D./Social Security No. Telephone Fax Number Contact Person Page. 1 of 1 . _ I... ...... ..... ..... . cetlificotion 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 & Contracts Manager 7525 NW 88th Avenue Tamarac, Florida 33321-2401 CHECK ONE: ❑ Corporation F] Partnership 11 Individual EJoint Venture 11Other SUBMITTED BY (Company Name) ADDRESS: CITY, STATE ZIP: 1. 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: Correct Name of Bidder Principal address of Business City, State Zip 2. If Bidder is a corporation, answer the following: a. Date of Incorporation b. State of Incorporation C. President's name d. Vice President's name e. Secretary's name f. Treasurer's name g, Name of Resident Agent 3. If Bidder is an Individual or a Partnership, answer the following: Date of Organization Name, address and ownership units of all partners (if necessary, use separate sheet): NAME ADDRESS OWNERSHIP UNIT of Tamarac State whether general or limited partnership Purchasing & Contracts Division 4. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NAME ADDRESS 5. If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present name? a. Under what former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions that are the subject of the Bid. Please attach certificate of competency and/or state registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work that you have performed or goods you have provided (government owners are preferred as references): NAME ADDRESS PHONE 2 i of Tamarac Purchasing Division 10. List the pertinent experience of the key individuals of your organization (continue on separate sheet, if necessary). 11. State the name of the individual who will have personal supervision of the work: THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD, TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) ACKNOWLEDGEMENT BIDDER'S QUALIFICATION STATEMENT State of Florida County of On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared 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: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) 0 DID take an oath, or 0 DID NOT take an oath of Tamarac Purchasing & Contracts Division REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax 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 Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Page 9 of 1 Referer)ces of Tamarac Purchasing & Contacts 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: 1. 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. 2. 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. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. 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. 5. 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. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company Name P�Ige 1 of 1 Drug -Free Workplace of Tamarac0. __ Purchasing &Contracts Division CERTIFIED RESOLUTION I, (Name), the duly elected Secretary of (Name of Corp.), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Name of Corp.) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this day of , 20_. (SEAL) Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. Page 1 of 7 Certified Resolution CITY of Tamarac a Purchasing & Contracts Division SAMPLE AGREEMENT BETWEEN THE CITY OF TAMARAC AND WHEREAS, this Agreement is made on the _, day of 2004 by and between the CITY of Tamarac, a municipal corporation of the State of Florida, with principal offices located at 7525 NW 88'" Avenue, Tamarac, FL 33321 (CITY), and a corporation, with principal offices located at (CONTRACTOR) to provide armored car services to various locations throughout the City of Tamarac. NOW, THEREFORE, in consideration of the mutual promises herein, the CITY and CONTRACTOR agree to the following Terms and Conditions, as specified below: 1) CONTRACT DOCUMENTS The contract documents consist of this Agreement, all terms and conditions of Bid 04-26B (General Terms and Conditions, Instructions to Bidders and Detailed Specifications), all addenda issued prior to, and all modifications issued after, execution of this Agreement. These documents form the Agreement, and all are as fully a part of the Agreement as if attached hereto or repeated herein. 2) CONTRACT TERM 2.1 The initial three year term of this Agreement shall become effective on October 1, 2004 and shall terminate September 30, 2007. The CITY may renew the Agreement for two (2) additional two-year periods upon satisfactory completion of the work, as determined by CITY, and upon mutual agreement of the parties in writing, for a total contract term not to exceed seven (7) years. 2.2 All prices as specified in Exhibit A shall remain firm throughout the initial three-year contract period, but may be modified by mutual written agreement of the parties for any subsequent renewal period. All other terms and conditions shall remain firm throughout the initial three-year contract period and any subsequent renewal period unless modified by mutual written agreement of the parties. 2.3 During the contract term, the CITY may renegotiate with CONTRACTOR such additions, deletions, or changes to the Agreement as may be necessitated by law or due to changed circumstances. In the event CITY and CONTRACTOR cannot come to a mutual agreement on any such 1 CITY of Tamarac Purchasing & Contracts Division addition, deletion or change, that portion of the Agreement shall be terminated. 3) TERMINATION OF CONTRACT Either party may terminate this Agreement at any time upon seven (7) days written notice, which is to be provided by U.S. certified mail, U.S. express mail, air or ground courier service or messenger service to the appropriate designated representative. 4) BREACH OF CONTRACT This Section, if invoked, shall take precedence over Section 3. In the event of a breach of contract by CONTRACTOR or unsatisfactory performance as determined by the Director of Finance or designee (hereinafter "designated representative") as indicated in Section 7 below, or if CONTRACTOR performs in a manner that precludes CITY from administering its functions or activities in an effective and efficient manner and, if after 30 days following written notice thereof, CONTRACTOR fails to remedy such unsatisfactory performance or breach, the CITY shall, upon written notice to CONTRACTOR by U.S. certified mail, U.S. express mail, air or ground courier service or messenger service, be authorized to terminate this Agreement. CITY reserves the right to proceed thereafter against CONTRACTOR for any and all damages permitted by law arising from such breach or unsatisfactory performance. CONTRACTOR, however, will not be held responsible for any breach or failure, which is determined to the satisfaction of the Director of Finance or designated representative, to be caused by action or inaction on the part of the CITY. 5) EXCUSABLE DELAYS 5.1 CITY expects CONTRACTOR'S service to CITY to be continuous and uninterrupted. CONTRACTOR shall have and maintain sufficient staff and equipment to support the requirements of this Agreement on a continuous basis without interruption of service during normal business hours. Severe or continuous interruption of service shall be cause for termination of the contract. 5.2 CONTRACTOR shall not be considered in default by reason of any failure in performance if such failure arises out of causes reasonably beyond the control of CONTRACTOR or any of its sub -contractors or assignees and without their fault or negligence. Such causes include, but are not limited to acts of God, natural or public health emergencies, and abnormally severe and unusual weather conditions. 5.3 Upon CONTRACTOR'S request, CITY shall consider the facts and extent of any failure to perform the work and, if CONTRACTOR's failure to perform was without fault or negligence, all affected provisions of the Agreement shall be revised accordingly, subject to CITY's rights to change, terminate, or stop any or all work at any time. CITY of Tamarac _(0- Purchasing & Contracts Division 6) SUBCONTRACTING AND ASSIGNMENT OF PERFORMANCE 6.1 CONTRACTOR shall not subcontract any services without prior written approval of CITY. The CITY reserves the right to accept the use of a sub- contractor or to reject the selection of a particular sub -contractor and to inspect all facilities of any sub -contractor in order to make a determination as to the capability of the sub -contractor to perform properly under this Agreement. CITY's acceptance of a sub -contractor shall not be unreasonably withheld. CONTRACTOR is encouraged to seek minority business enterprises for participation in subcontracting opportunities. 6.2 This Agreement shall not be assigned, conveyed or transferred by CONTRACTOR except in the event of acquisition, merger or divestiture, and only with the written consent of CITY at the time of the assignment, conveyance or transfer. CONTRACTOR is to provide reasonable notice to CITY of mergers, acquisitions or divestitures, which may affect armored car services required under this Agreement, or which may necessitate the assignment of services. 6.3 Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of CITY which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to any one other than CITY and CONTRACTOR. 6.4 If CONTRACTOR sub -contracts or assigns any work required under this Agreement, CONTRACTOR remains primarily responsible for the complete, satisfactory and acceptable performance by the sub -contractor or assignee, and warrants that any sub -contractor or assignee shall adhere to all the terms and conditions of this Agreement in every respect. This shall not apply in the event of assignment of the entire contract as stipulated in Section 19 of this Agreement. The CITY shall not be responsible for the costs of reprinting any documents required as a result of subcontracting or assignment. 7) DESIGNATED REPRESENTATIVES The following individuals are designated to represent CONTRACTOR and CITY respectively on all matters concerning this Agreement: CONTRACTOR CITY of Tamarac CITY Controller CITY of Tamarac 7525 NW 88th Avenue Tamarac, FL 33321-2401 Purchasing & Contacts Division CONTRACTOR and CITY will mutually notify each other in writing within ten (10) days of any changes in their designated representatives. 8) INSURANCE 8.1 CONTRACTOR shall obtain at CONTRACTOR's expense all necessary insurance in such form and amount 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 sub -contractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 8.2 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. 8.3 CONTRACTOR shall not commence work under this Agreement until it has obtained all insurance required under this paragraph as specified in Exhibit B attached hereto, and until such insurance has been approved by CITY's Risk and Safety Manager to be in conformity with CITY requirements, nor shall CONTRACTOR allow any sub -contractor or assignee to commence work in conjunction with this Agreement until all required insurance has been obtained by the sub -contractor or assignee and approved by CITY's Risk and Safety Manager. It is agreed that in the event any person, firm or corporation should sustain damage that is not covered by the insurance in the course of performance of the Agreement, CONTRACTOR will indemnify and hold harmless CITY for all costs, losses and damages to person(s) or property, including but not limited to, judgements and attorney fees and shall defend itself and, if asked by the CITY, provide for the CITY's defense at no cost for any cause of action brought. CITY of Tamarac Purchasing & Contracts Division 8.4 CONTRACTOR shall file a Certificate of Insurance that meets all the requirements set forth herein with CITY's Risk and Safety Manager prior to the commencement of the work to be performed under this Agreement. Policies shall be issued by companies authorized to do business under the laws of the State of Florida and shall have adequate policyholders and shall be rated at least A-VII per the most recent rating listed on A.M. Best rating guide and be licensed to do business in the state of Florida. 8.5 The Certificate shall contain a provision that coverage afforded under the policy will not be canceled until at least thirty (30) days prior written notice has been given to CITY. In the event the Certificate of Insurance provided indicates that the insurance shall terminate and lapse during the period of this Agreement, CONTRACTOR shall furnish, at least five (5) days prior to the expiration of the date of such insurance, a renewed Certificate of Insurance as proof that equal and like coverage for the balance of the period of the Agreement or extension thereunder is in effect. 8.6 The loss or theft of any CITY deposits, once transferred to CONTRACTOR will be the sole responsibility of CONTRACTOR. CITY will be reimbursed for the amount of the deposit, in a timely manner, should this event occur. CITY shall make every effort to reconstruct any such deposit. Such reconstruction, in the absence of microfiche or microfilm, shall be effective with dollar amounts, and the names and addresses of the makers. 9) INDEMNIFICATION 9.1 To the fullest extent permitted by laws and regulations, CONTRACTOR shall indemnify, defend, save and hold harmless CITY, its officers, elected officials, agents and employees from any and all claims, damages, losses, liabilities and expenses, direct, indirect, consequential or inconsequential, arising out of or alleged to have arisen out of the products, goods or services furnished by, or the operations of, CONTRACTOR or its sub -contractors, agents, officers, employees or independent contractors pursuant to the Agreement, specifically including, but not limited to, those caused by or arising out of the following conditions: (a) any act, omission or default of the CONTRACTOR and/or its sub -contractors, agents, servants or employees in the provision of the goods and/or services under the Contract; (b) any and all bodily injuries, sickness, disease or death; (c) injury to or destruction of tangible property, including the loss of use resulting therefrom; (d) the use of any improper materials; (e) a defective condition in any goods provided pursuant to the Contract, whether patent or latent; (f) the violation of any federal, state, county or municipal laws, ordinances or regulations by CONTRACTOR, its sub -contractors, agents, servants, independent contractors or employees; (g) the breach or alleged breach by CONTRACTOR of any term, warranty or guarantee of the Agreement. CITY of Tamarac Purchasing & Contracts Division 9.2 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. 9.3 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. Nothing contained herein is intended nor shall it be construed to waive CITY's rights and immunities under the common law or Florida Statute §768.28 as amended from time to time. 9.4 The award of this contract to CONTRACTOR shall obligate it to comply with this indemnification clause in its entirety. These provisions shall survive the expiration or early termination of this agreement for claims arising from this agreement. 9) ' 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. 10) APPLICABILITY OF VENDOR, STATE, AND LOCAL LAWSIVENDOR COURT RULINGS All applicable laws and regulations of the United States and the State of Florida, and all ordinances and regulations of Broward County and the City of Tamarac shall apply to this Agreement. CONTRACTOR agrees that it will monitor this requirement closely and make any adjustments deemed necessary to remain in compliance. 11) ACCESS TO RECORDS CITY, or its authorized representatives, shall have access to the books and records maintained by CONTRACTOR concerning CITY's accounts unless any applicable Federal or State laws prevent such access. Such access shall be during regular business hours, and will include the inspection or copying of any books, records, memoranda, checks, correspondence, or documents that the CITY requires access to. All records shall be maintained for a minimum of three (3) years, or longer if required by the applicable regulatory bodies. 12) NON-DISCRIMINATION CONTRACTOR agrees that there will be no discrimination as to race, color, creed, sex or national origin in regard to its obligations performed under the terms of this agreement. 6 CITY of Tamarac 13) INDEPENDENT CONTRACTOR Purchasing & Contracts Division CONTRACTOR is and shall be in the performance of all work services and activities under this Agreement, an independent contractor, and not an employee, agent, or servant of CITY. All persons engaged in any of the work or services performed pursuant to this Agreement shall at all times, and in all places, be subject to CONTRACTOR's sole direction, supervision, and control. CONTRACTOR shall exercise control over the means and manner in which its employees perform the work and, in all respects, CONTRACTOR'S relationship and the relationship of its employees to CITY shall be that of an independent contractor and not as employees or agents of CITY. 14) CONFLICTS OF INTEREST CONTRACTOR represents that it has or will secure at its own expense all necessary personnel required to perform the services under this Agreement. CONTRACTOR shall ensure that such personnel shall not be an employee of or have any contractual relationship with CITY, nor shall such personnel be entitled to any benefits of CITY including but not limited to pension, health and workers' compensation benefits. 15) QUALIFIED PERSONNEL All of the services required hereunder shall be performed by CONTRACTOR or under its supervision, and all personnel engaged in performing the services shall be fully qualified and, if required, authorized or permitted under state and local law to perform such services. CONTRACTOR warrants that all services shall be performed by skilled, competent personnel to the highest professional standards in the field. 16) STATE TAXES CITY is exempt from the payment of State sales and use taxes. CITY will sign an exemption certificate submitted by CONTRACTOR. CONTRACTOR shall not be exempted from paying sales tax to its suppliers for materials used to fulfill contractual obligations with CITY, nor is CONTRACTOR authorized to use CITY's Tax Exempt certificate in securing such materials. CONTRACTOR shall be responsible for payment of its own employees' payroll, payroll taxes, and benefits under this Agreement. 17) REMEDIES This Agreement shall be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the Agreement will be held in Broward County, Florida. No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law of in equity or by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereunder shall preclude any other or further exercise thereof. 7 a CITY of Tamarac Purchasing & Contracts Division 18) NOTICES Whenever either party desires to give notice unto any other party, it must be given by written notice, sent by U.S. certified mail, U.S. express mail, air or ground courier service or messenger service, addressed to the party for whom it is intended, at the place last specified, and the persons and places for giving of notice shall remain such until they shall have been changed in writing, in compliance with the provisions of this paragraph. For the present, the parties designate the following individuals as the respective persons and places for giving of notice: City Manager City of Tamarac 7525 NW 88 Avenue Tamarac, FL 33321-2401 With a copy to the City Attorney at the same address. CONTRACTOR 19) ASSIGNMENT OF CONTRACT Any assignment of this Agreement shall require the prior written approval of CITY. CITY reserves the right to terminate this Agreement immediately upon the acquisition of CONTRACTOR by another legal entity. CONTRACTOR shall promptly notify CITY of any such acquisition in writing within a reasonable time frame following such announcement. The event shall impose no changes unfavorable to CITY without CITY's prior written consent. 20) PAYMENT TERMS AND CASH DISCOUNTS Payment terms, unless otherwise stated in this Agreement, will be considered to be net 30 days upon receipt of approved invoice. If CONTRACTOR offers a discount, it is understood that the discount shall be so indicated on said approved invoice. 21) VENUE This agreement shall be considered consummated in Broward County, Florida. All actions brought hereunder shall be brought exclusively in Broward County, Florida. CITY of Tamarac 22) PRICE ADJUSTMENT a Purchasing & Contracts Division 22.1 Prices quoted shall be firm for the initial contract term of three (3) years. Thereafter, any extensions which may be approved by the CITY shall be subject to the following: 22.2 Cost for any extension term(s) shall be subject to adjustment only if increases or decreases occur throughout the local industry. CITY will use changes in the Consumer Price Index (CPI) (United States All Urban Consumers), as published by the Bureau of Labor Statistics of the U.S. Department of Labor, and documented payroll figures provided by the CONTRACTOR in any adjustment review. Such adjustment, if approved, may not exceed 3%, or the CPI whichever is lower. The yearly increase or decrease in the CPI shall be that latest Index published and available for the calendar year ending 12/31, prior to the end of the contract year then in effect as compared to the index for the comparable month one year prior. 23) SCOPE OF SERVICES CITY requires daily armored car services (Monday through Friday, except for CITY observed holidays) 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 CITY, and the transportation of negotiable securities or other items of value. A. Pickup locations: 1. City Hall Cashiers Office, Room 102 7525 Northwest 88 Avenue Tamarac, Florida 33321 2. Building Department 6011 Nob Hill Road, First Floor Tamarac, Florida 33321 3. Tamarac Community Center 8601 West Commercial Blvd. Tamarac, Florida 33321 4. Satellite City Hall 4267 W. Commercial Blvd. Tamarac, Florida 33321 CITY of Tamarac B. Pick up dates Purchasing & Contracts Division Monday through Friday, except for City observed holidays as 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 11. Christmas Day C. Pick up Times CITY's pick-up times are between 1:00 P.M. and 2:30 P.M. daily. D. Deposits Deposits of CITY's funds will be delivered to Wachovia Bank of Florida at the location listed below: Wachovia Bank (The Money Center) 1410 Southwest 3`d Street Pompano Beach, FL 33069 E. Armored Car Services Vendor Responsibilities 1. CONTRACTOR shall make one pickup daily from the above locations, and deliver deposits to the designated CITY Bank. On a best effort basis, CONTRACTOR will provide same day credit on deposit(s). 2. A guard will pick up standard pre -numbered sealed disposable bags containing CITY deposits and deposit slips. The exterior of the bag will reflect the amount of deposit said to be contained inside. The guard shall sign a daily pickup manifest for the bags showing the total as it appears, and shall take the deposit to the designated CITY bank. Guard shall obtain a signed delivery receipt from the Bank. Deposit slips are returned to the CITY directly from the Bank. 3. CONTRACTOR shall make every attempt to inform CITY in advance of any change in service that might occur during a regular scheduled pick up, so CITY can take necessary steps to conform with the indicated change. io CITY of T7marac Purchasing & Contracts Envision 24) INVOICES CITY will accept invoices once per month. Each invoice shall be accompanied by records fully detailing the amounts stated on the invoice. CITY will make every effort to pay invoices in full within thirty (30) days of receipt. CONTRACTOR shall prepare verification data for the amount of payment claimed, and shall provide any necessary cooperation during the investigation of any questionable data indicated on the invoice in question. 25) ADDITION OR DELETION OF SERVICES CITY reserves the right to add to the services specified in this Agreement, or to delete any portion the Agreement, at any time, and if such right is exercised by CITY, the total fee shall be increased or decreased in the same ratio as the monthly flat rate bid by CONTRACTOR and accepted by CITY. 24) SIGNATORY AUTHORITY CONTRACTOR shall provide CITY with copies of requisite documentation evidencing that the signatory for CONTRACTOR has the authority to enter into this Agreement. 25) 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. 26) MERGER; AMENDMENT This Agreement constitutes the entire Agreement between CONTRACTOR and 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 CONTRACTOR and CITY. M CITY of Tamarac, Purchasing & Contracts Division 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 , duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy (CORPORATE SEAL) CITY OF TAMARAC Joe Schreiber, Mayor Date Jeffrey L. Miller, City Manager Date Approved as to form and legal sufficiency: Mitchell S. Kraft, City Attorney Date Company Name Signature of President/Owner Type/Print Name of President/Owner Date 12 CITY of Tamarac 0 Purchasing & Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF :SS COUNTY OF 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 , of a 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 13 day of , 20-- Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public ❑ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath. CITY of Tamarac Purchasing & Contracts Division EXHIBIT - A BID 04-26B ARMORED CAR SERVICES AGREEMENT PRICE/RATE REQUIREMENTS The total cost to CITY shall be based on a monthly rate of $ per pick up location, and shall be fixed and firm for the term indicated in the Agreement between the City of Tamarac and CITY shall receive credit for the day(s) that CONTRACTOR could not provide service, as stated in the Agreement, due to mechanical failures and/or driver/dispatcher carelessness when the situation or event could have been avoided and/or remedied. 14 CITY of Tamarac -0 Purchasing & Contracts Division EXHIBIT - B BID 04-26B ARMORED CAR SERVICES AGREEMENT INSURANCE REQUIREMENTS CONTRACTOR shall maintain at least the following minimum insurance requirements throughout the life of this agreement: A. Worker's Compensation: Notwithstanding F.S. §440.055, any firm performing work on behalf of the City of Tamarac must provide Worker's Compensation Insurance. B. Commercial General Liability with minimum combined limits of one million dollars ($1,000,000.00) with the CITY named as an additional insured. C. Automobile Liability in the minimum amount of one million dollars ($1,000,000.00) per each occurrence. D. 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 CONTRACTOR, or any of its employees, or anyone acting on its service. CONTRACTOR's insurance coverage for the items insured hereunder to be in the minimum amount of five million dollars ($5,000,000.00) each occurrence. Checks are covered for reconstruction purposes only. E. CONTRACTOR's coverage also will apply as primary coverage to any insurance which the CITY may carry in its own name. F. CONTRACTOR shall provide CITY with current certificates of insurance for the required coverage. The certificates shall indicate that the CITY shall be given advance written notice of cancellation or material change of not less than 30 days. 95 T,R,10569 EXHIBIT 2 m w N O ch w V Im W V W O a m H m W * W; z © G pC z m N ro co) pCF � o 2 W n a o co a � w- a $ Z N O s O E w Ua z �0 ZCU J U O O U Ea Q N a .0 ❑❑pp❑w wzt-f-ma JpOUZ)ui F-11Z�a ❑OzOzfn 01aHWF- Q Q m= w W m w cc x a�Z)W O N p W Q � F- ❑zO�Uz ZZ~ZzO 0U¢W0<F= ❑fCaCtCQj Z W C3 W U� Q a Z U z J T Z W O z Ui c) F- ZOmYUjU) Q~Cc WF-OCL W W U) o Q OW w�a=jm P-ji —Z v¢wU)Ui0 oCL�QO_Q QV0Z�U 2w OQW ¢aZ U� F- U) U- CC cn 0wmvWUz ccw_a �00zcn!= Umuiw Q ❑� 0o0❑-1❑z zmY?QU-0 OOZNpWZ �F-cCz a mOmU)(n xoOLL UO�o�c WQZWF-Ow Z~OU)WUF- YZF-w(nzz ow 02(6zm WP<cc _W (n=coirw�w * Z Z Z m Q J a 0� im a a a z 0 cn 0 U 0 LLI MMJ to M U) 0 z a a_ C) LL LL 0 z D W m a m a M0 W T EXHIBIT 3 T,R,10569 AW The Most Trusted Name In Security k Proposal Prepared For: City of Tamarac Bid No. 04-26B Y d` ' CLARIFICATIONS In lieu of copies of employee identification cards, Dunbar Armored will continue to utilize our AVS photo identification system. Your employees are familiar with this system. Dunbar employees are required to wear an "All Valuables Shipment" (AVS) badge at all times while they are working. This is a system which has been recognized as an innovative advancement in the security industry. 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. Our AVS photo identification cards are plastic cards with a scanned computer image of the employee. They cannot be forged, and they cannot be duplicated. 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. A BRIEF OVERVIEW OF Ol)R COMPANV Dunbar Armored, Inc., originally operating as Federal Armored Express, Inc., was incorporated in Baltimore, Maryland on May 8, 1956. Dunbar is a wholly owned, privately held corporation. We are not a minority owned or operated corporation. Federal Armored Express, Inc., officially changed its name to Dunbar Armored, Inc. on January 1, 1996. Our Dun & Bradstreet number is 02-243-6992. Dunbar has a customer base that exceeds 10,000 customers, and we have experienced an annual 15% growth in sales for the past ten years. Dunbar is one of the oldest armored car companies operating in the United States today. We have grown from a busy, one -truck, two -man operation into the largest independent armored car company in the nation. Today, the Dunbar Companies employ nearly 4,000 people in more than 80 locations, and 40 states. Dunbar operates a fleet of 1,200 trucks, which are now approaching 1,000,000 stops per month. Through our Armored Air Division, we now provide service to more than 1,200 cities nationwide, and overnight delivery to more than 100 metropolitan areas. Dunbar Armored also provides service for 180 jewelry shows per year. Across the nation, Dunbar's superior record of secure, professional and timely deliveries coupled with personalized customer service, has made Dunbar the 41 Choice of government entities, retailers, financial institutions and jewelers. Our sales and business opportunities continue to trend upward, and we are reaching historic benchmarks in terms of personalized service. Whenever you need us, you will always find Dunbar ready to respond to your valuable shipment needs promptly and professionally with trained, uniformed armed guards and a fleet of well -maintained, maximum security armored trucks. Inside our facilities, you will find Dunbar Cash Vaults fully automated with state-of-the-art cash processing equipment that provides a direct electronic link to customized detailed cash and management reporting. Dunbar also provides a variety of ancillary security products and services. These include ATM support services, electronic Dunbar CasheSystem in store safes, time sensitive air courier shipments, deposit bags and banking supplies, guard services, alarm systems and 24-hour UL approved central station monitoring. The family tradition in the industry actually dates back to March 17,1923, when George W. Dunbar, Sr., our Chairman's father, established Mercer and Dunbar in Hartford, CT. This was the first armored car company in New England. In the armored car industry George W. Dunbar was a pioneer. He helped to blaze a trail that many others would follow in succeeding years. George Dunbar had to rely on his own imagination and innovation as he literally built his company, and helped to build an industry from the ground up. He designed his own armored trucks, marketed his services and established the earliest procedures for transporting cash and valuables in safety and security. In 1925 he was among the first operators in the armored car industry to recognize the need for - and obtain - the "All Risk" insurance coverage which has become an industry standard today. Dunbar remains the only family with an unbroken heritage in the armored car industry. Dunbar Armored provides clients a secure means to transport money and valuables. George Dunbar served as a strong force for industry unity and professionalism. With his peers he helped to found the National Armored Car Association, which serves as our industry's lead trade group today. The principles of uncompromising security, professionalism and innovative service which he established in the 1920s continues to provide the basis of Dunbar Armored's "Tradition of Excellence" today. Since 1971 Dunbar Armored has made over 20 business acquisitions. We have expanded our geographic footprint from that of a local armored car carrier to that of a national armored car company. We now provide a full array of cash management and security services in major metropolitan areas across the country. We have expanded our security services into six separate, but interrelated business subsidiaries, and we have a number of international business opportunities on our horizon. Dunbar maintains a fleet of more than 1,200 conventional all -steel fully armored trucks. Dunbar's distinct red, white, and black vehicles are easily identifiable by the public and the police departments. Over the years, we have made structural improvements to make it safer to accommodate new ways of moving larger volumes of money. The locks are better and the floors are heavier. The truck doors arewide enough to receive palletized shipments of coin and currency. One of our employees devised a special rail system to keep loads from shifting in transit, which because of the weight involved, could cause the driver to lose control of the vehicle. Our armored trucks have appeared in movies like Blue Streak Beverly Hills Cop II, Tough Guys, and Avalon, with such stars as Martin Lawrence, Eddie Murphy, Burt Lancaster and Kirk Douglas. Dunbar - The Most Trust Name in Security - is a full -service security organization consisting of six operating companies that provide a complete array of services related to transporting, handling, sorting, packaging and accounting for cash and other valuables. From Armored Car Service to Cash Processing; from Cash Validating Safes to Security Bags; from Alarms to Security Guards; Dunbar can be your source for your security needs. Because of the many other security services which we have developed over the years, Dunbar is the largest family owned, full service security organization in the United States today. In addition to armored transportation, Dunbar Cash Vault Services offers; Currency and coin distribution, C.O.D. change order delivery, deposit verification, preparation and consolidation, cashiering, on-line detailed reporting, in-store safe programs, check encoding, ATM support services, and coin wrapping. 2 DCVS verifies and consolidates deposits for multiple location clients; distributes coin and currency shipments to and from the Federal Reserve Bank for financial institutions; provides change order delivery for commercial accounts; services ATM facilities; processes food stamps; and offers a variety of other services utilizing fully automated cash counting and verification equipment. At present, DCVS operates 29 cash vaults across the United States. Facilities are located in: Allentown, PA Chicago, Il Fargo, ND Lowell, MA Norfolk, VA Providence, RI Springfield, VA York, PA Atlanta, GA Cinnaminson, NJ Hartford, CT Miami, FL Philadelphia, PA Richmond, VA Schaumburg, IL Minneapolis, MN Baltimore, MD Cleveland, OH Houston, TX Milwaukee, WI Pittsburgh, PA San Diego, CA St. Louis, MO Boston MA Dallas, TX Los Angeles, CA New London, CT Plainview, NY San Francisco, CA Tampa, FL Dun bar Armored Air specializes in the time -sensitive shipment of valuables, and is the air courier of choice to America's jewelry show trade. Dunbar BankPak is the designer and distributor of the world's finest heat -sealed, adhesive and tamper -evident security containers. Dunbar CacheSystem, designed for cash intensive retail environments, provides the fastest, most secure and complete cash management system available to track, audit, store and transport currency for deposit. It is a system that leaves store management free to concentrate on sales and customer service. It is an in-store cash management solution that provides valuable benefits designed to increase security, reduce the time spent handling cash and eliminate the time-consuming tasks involved with counting, reconciling and depositing large amounts of cash. Key components of the system include computerized store safes and comprehensive transacting reporting. Additionally, the CacheSystem provides the opportunity to consolidate banking relationships, minimize banking costs and streamline reconciliation. Dunbar Guard Services is a Mid -Atlantic region supplier of professionally trained, uniformed guards. Dunbar Alarm Services is a Mid -Atlantic region designer and installer of electronic alarm and 24-hour monitoring systems. Dunbar Armored is structured to provide the highest level of service, account management and inquiry responsiveness. Dunbar does not simply propose a client/vendor relationship, but we offer a true partnership with ongoing evaluations of the armored car program from both perspectives. Dunbar branch managers oversee the day-to-day operations of their branches, and monitor our personnel to assure contract compliance. They report to Dunbar regional personnel. Our regional vice presidents oversee operations within their regions, and report to a Dunbar vice president. Dunbar's vice presidents report directly to senior management. With a fleet of more than 1,200 trucks, 4,000 employees and 80 branch locations, Dunbar Armored, Inc. is the largest independent armored car service in the United States, servicing major retailers and financial institutions. All shipments through Dunbar are fully covered by "All Risk" cargo insurance. Our largest markets include the East Coast corridor of Boston through southern Virginia, Ohio, Chicago, Florida, Texas and Southern California. Dunbar is extremely competitive in every market in which we operate. As the fastest growing armored car company in the country, Dunbar is well -positioned to grow with our customers, while offering a diverse strategic alliance. Dunbar welcomes the opportunity to explicitly expand on our capabilities. Dunbar has been in the cash vault business for more than 15 years. Since establishing our first cash vault services operation in Springfield, Virginia in 1986, Dunbar Cash Vault Services (DCVS), has grown to 29 operations located across the country. Most of our cash vaults, with the exception of Springfield, Virginia and White Marsh, Maryland; are located inside the same building as our armored transportation operations. This close proximity enables us to take full advantage of the considerable operating efficiencies that exist to benefit our company and our customers. From banks, both large and small, domestic and foreign, to retailers and commercial enterprises of all sizes, Dunbar's strategically located cash vaults are helping business customers expand to serve new markets safely and efficiently. For growing financial institutions, Dunbar Cash Vaults provide the ability to open up new markets and increase brand awareness without the need to invest in new brick and mortar structures. For commercial and retail customers, our cash vaults serve as centralized money rooms where bank deposits from multiple store locations are verified and consolidated. It is our virtual vault solution, and we look forward to helping our customers expand their business footprint across state lines and across the nation. Dunbar Cash Vault stands ready to provide the essential backroom money room operations that you need today as we prepare to meet your requirements of tomorrow. From bank branch currency shipments and C.O.D. commercial change orders, to check encoding, coin wrapping and fast, customized online reporting, we are there for you. Because of the many armored transportation and cash processing relationships that we have with businesses across the country, Dunbar is also able to help facilitate new deposit relationships between our commercial and bank customers. 4 Our Chairman, Mr. James Dunbar, oversees quality management at Dunbar. He is the founder of the Independent Armored Car Operators Association and the Armored Transportation Institute. In 1995 Mr. Dunbar served as President of the National Armored Car Association. As a member of the private Security Advisory Council of the U. S. Justice Department's Law Enforcement Assistance Administration, Mr. Dunbar helped to prepare federal standards for armored car and armored courier services. Dunbar Armored is committed to providing a diverse array of products and services. Dunbar has always been referred to as a "full service carrier." While we recognize that we cannot be everything to every customer, we intend to offer a wide range of services relating to armored transportation, cash processing and other security -related services. Each new service provided is closely evaluated to determine how it can be integrated into our network of services and products. Regardless of our diversity, Dunbar's focus remains on armored carrier transportation and cash processing. We have been careful not to venture into non -security related services. Dunbar Armored has grown not only by building a reputation for tight security and on -time delivery, but also by responding to our customers' special requirements and by developing handling systems and techniques that have set industry standards. We are confident that you will find Dunbar's service exceptional and our responsiveness to your needs without equal in the armored car industry today. 5 INSURANCE There is no better insurance than the armored car "All Risk" coverage, known as transit and storage insurance, which Dunbar Armored offers. There are no exceptions, no warranties and no conditions, except the standard war and nuclear exclusion. "All Risk" armored car cargo liability will cover currency, coin, checks and other valuables against all risks of physical loss of or damage to the insured property up to your stated liability limits. Checks are subject to reconstruction. Our armored car "All Risk" insurance will provide for the safety of all funds in our possession. The current policy limit is $600,000,000.00 per occurrence, (through Lloyds of London). This policy also bonds our employees and provides an aggregate maximum loss coverage for employee fidelity coverage as extra assurance of performance. This insurance is included in our transit and storage policy. A certificate will be issued should we be awarded a contract. The certificate will show liability limits consistent with your specifications. GENERAL INSURANCE COVERAGE Dunbar Armored carries public liability coverage for property damage and bodily injury in the amount of $1,000,000 for each person and $1,000,000 for each accident, to protect our servants and agents performing work or furnishing services covered by this contract from all claims for personal injury, including loss of life, as well as from all claims for property damage which may arise from operations under this contract, whether caused by us or by anyone directly or indirectly employed by or acting for us. In addition, we have an umbrella policy covering excess liability up to $50,000,000. A certificate of this coverage will be furnished upon contract award. AUTOMOBILE LIABILITY Our automobile liability policy provides bodily injury and property damage combined single limits in the amount of $2,000,000 for each accident. WORKER'S COMPENSATION Our Worker's Compensation coverage will be provided with statutory minimum limits. We believe our insurance package provides what you need. We have designed it for your protection. Dunbar does not believe in a "least amount" approach, and we have structured the "All Risk" coverage amounts to provide adequate protection based upon the potential volume of activity. Specimen copies of certificates for all coverages are provided for your review. excess of $1001000 000 Jig ISSUED TO: SPECIMEN TOTAL OF ABOVE: $600,000,000 The insurance afforded is subject to all of the terms of the policy, including endorsements, applicable thereto. SPECRv EN DATE ►e ■ `�++! + - ;�' ' 44, SPECIMEN CERTIFICATE NUMBER International Insurance Brokers, Inc. 3309 RICHMOND AVE. STATEN ISLAND, NEW YORK 10312 TEL 718-948-6300 FAX: 718-948-6993 MARSH CERTIFICATE OF INSURANCE CERTIFICATE NUMBER AIL 00723669-11 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Marsh NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE 1000 Ridgeway Loop Road 6th Floor POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES DESCRIBED HEREIN. Memphis, TN 38120 COMPANIES AFFORDING COVERAGE Attn: Mettle Washington (901) 684-4030 00542-2004 1 COMPANY ,11 A HARTFORD FIRE INSURANCE CO a' V INSURED DUNBAR ARMORED, INC. COMPANY B GREAT AMERICAN.ALLIANCE INS CO 50 SCHILLING ROAD COMPANY HUNT VALLEY, MD 55413 C COMPANY D COVERAGES This certificate supersedes and replaces any previously issued certificate for the policy period noted below. 8 THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDOIYY) POLICY EXPIRATION DATE (MMIODIYY) LIMITS A GENERAL LIABILITY 20CSEJ48309 04/01/04 04/01/05 GENERAL AGGREGATE $ 3,000,000 PRODUCTS - COMP/OP AGO $ 3,000,000 X COMMERCIAL GENERAL LIABILITY CLAMS MADE FXI OCCUR PERSONAL S ADV INJURY $ 1,000,000 I EACH OCCURRENCE $ 1,000,000 OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Anyone fire $ 1,000,000 MED EXP (Any one on $ 10,000 A AUTOMOBILE LIABILITY 20CSEJ48310 (All States except p4/01/04 04/01/05 COMBINED SINGLE LIMIT $ 2,000,000 A X ANY AUTO 20CSEJ48311(TX) BODILY INJURY $ ALL OWNED AUTOS SCHEDULED AUTOS (Per person) BODILY INJURY (Per accident) $ X XNON-0W HIRED AUTOS NED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ B EXCESS LIABILITY UMB5654690 04/01/04 04/01/05 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 X UMBRELLA FORM $ OTHER THAN UMBRELLA FORM A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 20W NJ48308 (All states except WI) 04/01/04 04/01/05 X we STA - TORY LIMITS ER EL EACH ACCIDENT $ 1,000.000 A 2OWBRP45300 (W 1) 04/01/04 04/01/05 EL DISEASE -POLICY LIMIT $ 1,000,000 THE PROPRIETOR/ INCL PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE -EACH EMPLOYEE $ 1,000,000 OThFR DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL 0 DAYS WRRTEN NOTICE TO THE Proof of Coverage CERTIFICATE HOLDER NAMED HEREIN, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE, ITS AGENTS OR REPRESENTATNES, OR THE ISSUER OF THIS CERTIFICATE, MARSH USA INC. BY: Dan Kyle 'ba'04, eill� MM1(3/02) VALID AS OF: 03/23/04 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88TH AVENUE TAMARAC, FL 33321 954-724-2450 INVITATION FOR BID Bidder Acknowledgement BID NO.: 04-26B BID TITLE: ARMORED CAR SERVICES BID OPENING DATE/TIME: SEPTEMBER 8, 2004, 2:OOPM BUYER NAME: Steven J. Beamsderfer, C.P.M. BUYER PHONE: 954-718-1791 BUYER EMAIL: stevenb@tamarac.Org PRE -BID CONFERENCE/SITE INSPECTION: NA 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 OR IN THE SPECIAL CONDITIONS OF THE BID. ANY AND ALL SPECIAL CONDITIONS THAT MAY VARY FROM THESE GENERAL CONDITIONS SHALL PREVAIL OVER 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 13E 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 Ar red Inc. COMPANY ADDRESS: 50 Schilling Road, Hunt Valley, MD 21031 COMPANY PHONE: 800-888-2129, Ext. „ j 9Qfi NAME OF AUTHORIZED AGENT: Russell E. Daniels TITLE OF AUTHORIZED AGENT: Vice President - Admi n & Risk Management AUTHORIZED AGENT EMAIL ADDRESS: 1906@dmnbararm.com BIDDER TAXPAYER ID OR SOCIAL SECURITY dUMBER _ _ 52- 067,6776 SIGNATURE OF AUTHORIZED AGENT,:_ °'� 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. 7,,. TC- f City of Tamarac Purchasing and Contracts Division COMPANY NAME: (Please Print): Dunbar Armored. Inc* .. Phone: 800-888-2129, Ext. 1906 Fax: 410-229-1907 BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... ❑ 1. Carefully read the General Terms & Conditions, Instructions to Bidders and the Detailed Specifications. ❑ 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 Bidder's Qualification Statement. ❑ 6. Fill out the References page. ❑ i. 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. BF- 9 of Tamarac Purchasing and Contracts Division I-"l trel.111,I ARMORED CAR SERVICES -T17► CO�Li'F'�1 :3 We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. DESCRIPTION OF SERVICES PRICE Armored Car Services Price is for each Pick Up Location per month 275.00* * Please refer to pricing data attached. 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 rejection will be at the expense of the bidder. Name of Bidder Dunbar Armored, Inc. BF-2 PRICING DATA SHEET Please Note: Dunbar's pricing assumes checks are covered for reconstruction purposes only. CHECK RECONSTRUCTION In the event of a lost or destroyed deposit, Dunbar Armored will assume the liability to pay for (a) all costs in effecting the identification and replacement of the checks and (b) the face value of the checks not identified, except those checks which would not be collected at the time of loss, but not to exceed the aggregate amount of $5,000 per shipment for the unidentified checks. Dunbar Armored's maximum liability will not exceed the limit of $10,000 per shipment, which includes $5,000 for unidentified checks. Variable costs are as follows: Excess liability charge - $0.28 per thousand dollars over $250,000 Excess item charge - $1.00 per item over three Excess premise time charge - $1.25 per minute over ten minutes* Holiday Service - $45/each Unscheduled Service - $55/each Please Note: Change will be picked up at your depository and delivered on the next regularly scheduled day of service at no additional charge. 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 of Tamarac _._. _ T Purchasing..&.Contracts„Division.. _......._............._......................................................._....._ . _. _ _..._......,..__ _�..._.._.. _.. ..... ..... _ . 11NJ1o]:7L',I ARMORED CAR SERVICES BID NO. 04-26B Submitted by: Dunbar Armored, Inc. Date September 2 2004 THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 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. BF-3 City of Tamarac Purchasing & Contracts Division BID FORM (continued) ARMORED CAR SERVICES BID NO. 04-26B 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 rejection will be at the expense of the bidder. r Dunbar Armored Inc. A hor6e- Signat a Company Name Russell E. Daniels 50 Schillinq Road Typed/Printed Name 800-888-2129 Ext. 1906 Telephone 410-229-1907 Fax Address Hunt Valley, MD 21031 City, State, ZIP 52-0675776 Federal Tax ID Number 1906@dunbararm.com 041899 Email address for above signer (if any) Contractor's License Number BF-4 0 0 cr) O co C:) C6 z Lu C/) z LJ LLj: A-CF) CD D LF3 X Lu Lij iL Z m < 0 -LL Fal Cl) 0 U) 0z z Lu 0 m L) Z co cn > it 77� n. cc r) CL 0 — uj CL 0 z LLI 0 LU IM C) 0: Lu -:j j < Lu LLJ 0- Lu 0 Lu LIJ = < Z = F- z F- C/) > is qq Z-- A City of Tarnarac .... .�... _....__._........_.._......_ .__._. _— � _..._...W................. Purchasing &Contracts Division BID FORM (continued) ARMORED CAR SERVICES BID NO. 04-26B Bidders Name: Dunbar Armored, Inc. TERMS: 0 % (percent discount, if any, if payment made within N/A DAYS; otherwise, terms are NET 30-days. To be considered eligible for award, one (1) original MUST BE SUBMITTED, and two (2) copies of this bid form SHOULD BE SUBMITTED with the Bid. However, 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. BF-5 City of Tamarac Purchasing & Contracts Division ............__...._.......__........_............................I..... ._...... .._ ...................._ .........._......._.........-................. f► erkEfL7111114 ;91JJIN7\T/II State of MD ) )ss. County of Russell E. Daniels being first duly swom, deposes and says that: 1. He/she is the Vie Prgsideni-AdUlln & Risk M "IDWner, Partner, Officer, Representative or Agent) of Dunbar Armored, Inc. , 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; 61 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 of: fitness Witness LM KUSsell.L. Daniels Printed Name Vice President - Admin & Risk Management Title Page 1 of 2 Non -Collusive Affidavit City of Tamarac Purchasing & Contracts Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Flefidr M - County of �rm On this the day of , 20 D , before me, the undersigned Notary Public of the State of Florida, pe sonally appeared Russell E. Daniels (Name(s) of individual(s) who appeared before notary) and 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. a e NOTARY PU .&-ffipQF FLORIDA NOTARY PUBLIC NOTARY PUBLIC 62ATE OF MARYLAND SEAL OF OFFICE: My Commission Expires Februory 11, 2007 (Name of Notary Public: Print, Stamp, or Type as Commissioned) Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 2 of 2 Non -Collusive Affidavit c of Tamarac Purchasing & Contracts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(s)/service(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: If INDIVIDUAL ❑ PARTNERSHIPF� ature Vice President-Admn & Risk M mnt. Title Dunbar Armored, Inc. Company Name 50 Schilling Road Address Hunt Valley, MD 21031 City/State/Zip 1906@dunbararm.com Contact Email address CORPORATION IT Russell E. Daniels Name (Printed Or Typed) OTHER E] 52-0675776 Federal Employer I.D./Social Security No. 800-888-2129, Ext. 1906 Telephone 410-229-1907 Fax Number Rosemary Ayala Contact Person Page 1 of 1 Certification of iarnarac 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 & Contracts Manager 7525 NW 88th Avenue CHECK ONE: Tamarac, Florida 33321-2401 -]Corporation Partnership Individual11 Joint Venture Other SUBMITTED BY (Company Name) Dunbar Armored, Inc. ADDRESS: 50 Schilling Road CITY, STATE ZIP: Hunt Valley, MD 21031 1. 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: Correct Name of Bidder Dunbar. Armored, Inc. Principal address of Business bu bcni i i i ng Road City, State Zip Hunt Val1 2. If Bidder is a corporation, answer the following: a. Date of Incorporation May, 1956 b. State of Incorporation MD C. President's name d. Vice President's name e. Secretary's name f. Treasurer's name g. Name of Resident Agent Kevin Dunbar Dave Botzler Vicki Thompson Martin Fisher HIQ Corporation 3. If Bidder is an Individual or a Partnership, answer the following: Date of Organization Name, address and ownership units of all partners (if necessary, use separate sheet): NAME ADDRESS 1 OWNERSHIP UNIT of Tamarac ............. ,Purchasing & Contracts Division State whether general or limited partnership 4. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NAME ADDRESS 5. If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present name? 10 a. Under what former names has your organization operated? Federal Armored Express, Inc. 7. Indicate registration, license numbers or certificate numbers for the businesses or professions that are the subject of the Bid. Please attach certificate of competency and/or state registration. Attached 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why: No 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work that you have performed or goods you have provided (government owners are preferred as references): NAME ADDRESS PHONE VA of Tran,arac 1 PurchasingDivision 10. List the pertinent experience of the key individuals of your organization (continue on separate sheet, if necessary). Attached 11. State the name of the individual who will have personal supervision of the work: Howard Hamilton THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE,, BI ER'S (QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER T R ECT THE PROPOS L, AND IF AFTER THE AWARD, TO CANCEL AND TERMINATE THE AW AND/OR CONTRAC . /_T47:1►16111,71111017CT4 TAT4,kTh ,�IDDFR'S QUALIFICATION STATEMENT Stye-e F rids /i7 ►. t� County of On this the j3L_Lday okfj4Z, 200, before me, the undersigned Notary Public of the State of Flori a, personally a peared 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. NCITARY PU6TExpAiresebruory ��JF FLORIDA NOTARY PUBLIC NOTARY PUBMARYLAND SEAL OF OFFICE: My Commission 11, 2007 (Name of Notary Public: Print, Stamp, or Type as Commissioned) I Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 3 DUNBAR ARMORED, INC. KEY INDIVIDUALS Dunbar Armored is committed to providing our customers with a consistent pickup and delivery staff, augmented by experienced back-up personnel who are familiar with our route structures and the requirements of our customer base. We provide our employees with all the materials and training necessary to perform their duties in a safe, knowledgeable and secure manner. Service to your locations will be provided by Dunbar's Pompano Beach facility located at 3201 NW 16`' Terrace. Howard Hamilton, our General Manager, will continue to oversee the service that is provided to the City. He is thoroughly familiar with your requirements, and presently oversees your service. The actual pickup and delivery service will be provided by our professional Driver/Guard staff. The training we provide our Driver/Guards meets or exceeds industry standards, and complies with all government regulations. The readiness of our employees, their knowledge, skill, instinct and training, coupled with the finest armored vehicles and equipment in the industry enables Dunbar Armored to deliver security to our customers. Our employees have a very responsible job. Average retention for Dunbar Armored driver/guards is 4.4 years. This number includes employees who are promoted to a different position, transfer to another Dunbar branch facility or department, change their status from part time to full time or vice versa, as well as employees who leave Dunbar for other endeavors. In order for Dunbar Armored to grow, we must continually develop our corporate and field "bench strength". Whether you measure growth in terms of revenue, profitability, assets, geographic footprint or the expansion of Dunbar's product lines, we depend on talented, competent, honest and trained people to get the job done. Our trucks, facilities, equipment and software are worthless without good people who are ready, willing and able to do the work that we need to do. Nothing will substitute for an energetic, motivated workforce made up of professional, properly trained workers who carefully follow established procedures. "Human Resource Optimization" - investing in the hiring, retention, training and career development of Dunbar employees - is one of Dunbar's primary business objectives. We are committed to the training and career development of our employees. At Dunbar Armored we provide opportunities where individuals can progress in terms of responsibility and enhance their skills as members of a coordinated team. 1 Key action items for building our team and developing Dunbar's strength include: Recruit the best people that are available. We try to identify and recruit qualified, motivated people who demonstrate initiate and the readiness to step up to higher levels of responsibility. We look for people who derive satisfaction from doing a great job and take the initiate to get things done. For a growth organization like Dunbar, this is a never ending job. We are always looking for people who are capable of project execution today and possess growth potential for tomorrow. Identify talented performers and help them take on increased responsibility. By identifying personnel who perform well in specific areas and using them to train others in "best practices" we give our top performers a chance to share their knowledge, serve in a supervisory capacity and assist others to improve overall performance. Recognize talent. At Dunbar we acknowledge the accomplishments of our team members and reward success as much as possible. We monitor performance and measure progress. Our personnel communicate regularly. Dunbar management shares the "big picture", and clarifies team goals and the role of each individual on the team. Their ability to be a motivator is vital to Dunbar's success. We need to create enthusiasm in our team to sustain momentum. Be inclusive. Dunbar's growth demands that we be able to execute plans. The execution of our plans is dependent upon teams of individuals working together toward common objectives. Everybody has a role to play and no team member is left out of the loop. Promote from within. Promoting from within our own company is a critical part of Dunbar's corporate culture. We want to recognize achievement, show appreciation for performance and reward our people for the increased levels of responsibility that they take on. In fact, most of our senior operations and sales managers have achieved their current positions by working in a steady progression of jobs with increasing responsibility. They have grown in their careers and achieved personal goals right here at Dunbar. We encourage our team members to take on more responsibility and do more for our organization. As we develop and improve our employees individually, we grow stronger as an organization. Post job openings internally. At Dunbar we post all job openings internally. By doing this, we ensure that experienced persons within our organization are alerted to opportunities and that our tradition of providing career growth for current employees continues. Dunbar is just brimming with stories about dedicated, loyal individuals who have seized opportunities to develop new skills, taken on more responsibility and found personal success by growing with our company. 2 EMPLOYEE HIRING Screening Prospective Dunbar employees are carefully screened prior to hiring. All applicants are required to undergo a medical examination, polygraph testing (where permitted by law), U.S. Department of Transportation drug testing and background checks. Throughout an employee's tenure with Dunbar, they are subject to random drug testing, review of driving record, and testing as required by local and state agencies with regard to gun permits. The following tests/checks are normally performed: A Application process B. Physical Exam C. Driving record for period allowed by law in state of employment D. Pre -employment drug testing E. Criminal record check for past 10 years F. Random drug testing policy G. Credit history H. Work history for the past 10 years 1. Background investigation J. Psychological testing K. Fingerprinting L. I-9 documentation M. Social Security Number verification N. Residency verification for past 7 years In addition to these reviews, our Driver/Guards must obtain Department of Transportation certification by passing a D.O.T. physical and drug screen. Their D.O.T. certification is renewed every two years, and they are subjected to random drug screens throughout their employment. Finally, our Driver/Guards are required to obtain a handgun permit in the state of their employment and are, therefore, subjected to the additional scrutiny of that state's commissioning agency. 3 EMPLOYEE TRAINING Dunbar employees are provided with special training and qualification in all company operating procedures to assure a thorough understanding of what is expected of them. This training meets or exceeds the curriculum and classroom hour requirements set by the numerous states in which we operate. Training includes classroom, video and computer based instruction as well as firing range time and on-the-job instruction. It covers all phases of an employee's duties, from legal responsibilities to handgun safety, and from routine operating procedures to handling threat situations. Special emphasis is given to the bearing and use of firearms. Weapons handling conforms to standard industry practice, and complies with local, state and federal laws. Further, the legal responsibilities and limitations involved in the execution of these duties are made clear to each employee. Our employees are instructed to observe the entire area as they arrive at a stop. They check the outside surroundings before exiting a customer's location. The driver will watch his partner during the performance of his duties. Dunbar employees never take shortcuts. They will act fast if they observe suspicious activity, and will radio the branch or call the police. Our vehicles are equipped with warning lights, horns and sirens to alert the Dunbar guard of any potential danger when he is outside the protection of the armored vehicle. Employees are instructed to keep their weapons in their holsters unless lives are in danger. Dunbar Armored will not use excessive force to protect property. Our "All Risk" armored car cargo coverage will handle the loss of property. We do not want to jeopardize our employees or any bystanders -- property can be replaced, lives cannot. However, our armored car personnel are thoroughly trained in the use of a handgun and in handgun safety. If lives are in danger, and the use of a weapon is called for, they are professionals and are competent to handle such hazardous situations. Testing and re -qualification are used to ensure that continuing performance and reliability standards are maintained. Periodic firearms practice and retesting, and courses in such subjects as defensive driving and safe work practices help to keep our crews well trained and effective representatives of Dunbar Armored. Dunbar Armored provides all armored car employees training with regard to the details of the security program they are expected to follow. Specific physical and training requirements of each employee depend upon the duties charged to that employee. A. Manager Manager training consists of three basic parts. There is an assignment to a training branch, a corporate orientation and a follow-up at the manager's assigned branch. The schedule is broken down into four one -week sessions. Daily sessions that cover specific job duties of the manager or his staff are held during this time. The manager 4 will spend several days at Dunbar's Headquarters in Hunt Valley, MD working with each corporate department to learn how the various departments interact and how they support field activities. During the final phase, the regional manager and key corporate personnel will visit the new manager in his branch. During these sessions additional reviews, checklists and audits are performed. They are used to define manager responsibilities, and to determine if additional training may be required. B. Dunbar driver/guard training includes the following: 1. Classroom instruction, exceeding 21 hours. 2. Videos on paperwork, firearms and security 3. A computer based training covering defensive driving, injury prevention/safe work practices 4. Manuals on Dunbar rules and regulations and defensive driving are reviewed 5. Supervised hands-on instruction is provided during the orientation period, multiple reviews are held during the employee's probationary period, and annually thereafter. 6. Morning "Guard Room Reviews" of topical subjects are held daily/monthly. Subjects covered include: Firearms 1. Classroom and range training to meet state regulations 2. Annual range re -certification or as required by state regulations Defensive Driving 1. A computer -based course with test modules is used for orientation and retraining. 2. Handouts and Operations Handbook 3. Supervised road tests and annual reviews by Crew Chiefs. Security 1. Classroom as regulated by some states. 2. Videos and hands-on training. Safety 1. A computer based safe work practices course with testing. 2. Videos. Customer Service 1. Supervised interaction with customers. 2. Annual reviews by Crew Chiefs. 5 Unionization Dunbar operates as non -union in our areas of operation. Therefore, our service has never been disrupted by strike activities. Our employees have regularly voted to remain non -union, and we believe this is because Dunbar's policy with regard to employee relations is to provide wages and benefits comparable to the hiring practices of other service workers in the area, and to treat the employee as we would like to be treated ourselves. In the past we have been petitioned by various unions, and in 45 years our employees have only once voted for unionization. However, the union subsequently withdrew its petition and no union was ever established. We feel that our continued efforts on our employees' behalf will motivate them to perform their jabs at an efficient and productive level. We are convinced that this is in the best interest of all parties concerned - Dunbar Armored, Inc., our more than 4,000 employees, and our valued customers. 3 of Tamarac & Contracts Division REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Dunbar Armored, Inc. Address 50 Schilling Road _................. .. -- ---._._...._..............._........_....................._............. ........ _....... __..__.... _ City State Zip Hunt Valley, MD 21031 2 2 Ext 1906-410-229-1....._.... Phone/Fax 907 Agency/Firm Name: Attached _.___......... I._. ............. __.._____ `_ ___.. ._.... Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Attached ... ---._..._..._........._..._._. .............._ ...�._..___...------ - Address __........... _... _._........... ..__....... _ .._... __..._._.�.....__._... _... City State Zip Phone/Fax Contact Name Agency/Firm Name: Attached Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Attached Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Attached Address City State Zip Phone/Fax Contact Name Page 1 of 9 References DUNBAR ARMORED REFERENCES Universal Studios Orlando Contact: Terise Marchelos (407) 363-8157 Carrabba's Contact: Mr Dick Meyers (407) 829-2064 Orange Lake Resorts Contact: Ms Tammy Joyner (407) 905-1901 Falcon Fire Golf Club Contact: Paul St John (407) 396-2419 REFERENCES Metropolitan Dade County 1 Th Floor, Suite 202 111 Northwest First Street Miami, Florida 33123 Maria Hevia, Purchasing Agent 305-375-3022 City of Miami Finance Department P. O. Box 330706 Miami, Florida 33233 Peter Chircut, Treasurer 305-415-1945 U. S. District Court 301 North Miami Avenue Miami, Florida 33128 Jan Nobles 305-523-5645 City .of Tamarac T T T^ Purchasing & 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: 1, 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. 2. 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. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. 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. 5. 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. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of tKs section. As the person authorized to sign the statement, I certify that this for complies fully with the above requirements. Dunbar Armored, Inc. kuthdrized Signature Company Name Russell E. Daniels Page 1 of 1 Drug -Free Workplace 246=� AW4WL& b- ar ARMORED CERTIFICATION OF AUTHORITY March 19, 2004 50 Schilling Road Hunt Valley, MO 21031 410/584-9800 800/888-2129 Mailing Address: Post Office Box 333 Baltimore, MO 21203-0333 At a meeting of the Directors of DUNBAR. ARMORED, INC. duly called and held at 4983 MERCANTILE DRIVE, WHITE MARSH, MD, 21236, on the 4th day of March, 2004, at which a quorum was present and acting, it was VOTED, that Russell E. Daniels, Vice President - Administration and Risk Management, of this corporation is hereby authorized and empowered to make, enter into, sign, seal and deliver contracts, affidavits, proposals, bids, bid bonds, and performance bonds on behalf of this corporation and each of its subsidiaries. I do hereby certify that the above is a true and correct copy of the record, that said vote has not been amended or repealed and is in full force and effect as of this date, and that Russell E. Daniels is duly elected Vice President - Administration and Risk Management of this corporation. Attest: (Affix Corporate Seal here) The Most Trusted Name In Security FORMERLY Vt-10"- of Tamarac Purchasing & Contracts Division --.._....,._. _ .................. ..._...._._..__._._........ ............. .._...._.��_._..._.__............... ....... ......... ... ........_..- - ._._..�.�.......... _-..---_-__............_.._..._........_ CERTIFIED RESOLUTION (Name), the duly elected Secretary of (Name of Corp.), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Name of Corp.) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. 1 further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this day of , 20_. (SEAL) By: Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. Page 1 of 7 Cerilfied Resolution 0 CITY of Tamarac Purchasing & Contractsi?rWsion Gltli��.=1 ��i1 �►� Eli kI'L*73IF_1di1_1 T_Xo /_T► fl7 DUNBAR ARMORED, INC. THIS AGREEMENT is made and entered into this A— day of 2004 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, PL 33321 ("CITY") and Dunbar Armored, Inc., a Maryland corporation with principal offices located at 50 Schilling Road, Hunt Valley MD 21031, ("CONTRACTOR") to provide armored car services to various locations throughout the City of Tamarac. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows 1. CONTRACT DOCUMENTS The contract documents consist of this Agreement, Bid Document No. 04-26B including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), Technical Specifications, and the CONTRACTOR'S Bid submittal, all addenda issued prior to, and all modifications issued after execution of this Agreement, the "Armored Car Services Agreement Price/Rate Requirement", attached hereto as Exhibit A, and the "Armored Car Services Agreement Insurance Requirements", attached hereto as Exhibit B. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached or repeated therein. 2. CONTRACT TERM 2.1 The initial three year term of this Agreement shall become effective on October 1, 2004 and shall terminate September 30, 2007. The CITY may renew the Agreement for one additional two (2) year period upon satisfactory completion of the work, as determined by CITY, and upon mutual agreement of the parties in writing, for a total contract term not to exceed five (5) years. 2.2 All prices as specified in Exhibit A shall remain firm throughout the initial three-year contract period, but may be modified by mutual written agreement of the parties for any subsequent renewal period. All other terms and conditions shall remain firm throughout the initial three-year contract period and any subsequent renewal period unless modified by mutual written agreement of the parties. 2.3 During the contract term, the CITY may renegotiate with CONTRACTOR such additions, deletions, or changes to the Agreement as may be necessitated by law or due to changed circumstances. In the event CITY CITY of Tar waic 3. 4 V1.....................................Purchasing & Contracts Division and CONTRACTOR cannot come to a mutual agreement on any such addition, deletion or change, that portion of the Agreement shall be terminated. TERMINATION OF CONTRACT 3.1 Termination for Convenience: This Agreement may be terminated by the CITY for convenience, upon seven (7) days of written notice by the terminating party to the other party 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. 3.2 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. EXCUSABLE DELAYS 4.1 CITY expects CONTRACTOR'S service to CITY to be continuous and uninterrupted. CONTRACTOR shall have and maintain sufficient staff and equipment to support the requirements of this Agreement on a continuous basis without interruption of service during normal business hours. Severe or continuous interruption of service shall be cause for termination of the contract. 4.2 CONTRACTOR shall not be considered in default by reason of any failure in performance if such failure arises out of causes reasonably beyond the control of CONTRACTOR or any of its sub -contractors or assignees and without their fault or negligence. Such causes include, but are not limited to acts of God, natural or public health emergencies, and abnormally severe and unusual weather conditions. 5. SUBCONTRACTING AND ASSIGNMENT OF PERFORMANCE 5.1 CONTRACTOR shall not subcontract any services without prior written approval of CITY. The CITY reserves the right to accept the use of a sub- contractor or to reject the selection of a particular sub -contractor and to inspect all facilities of any sub -contractor in order to make a determination as to the capability of the sub -contractor to perform properly under this Agreement. CITY'S acceptance of a sub -contractor shall not be unreasonably withheld. z CITYof Tarraarac Pur.. ............................................................................................. . . .............. .. ........................................................................ e ........... . ................................................. . ................... .... . ''I'll".cha ing & Gootracts Divi;y n 5.2 This Agreement shall not be assigned, conveyed or transferred by CONTRACTOR except in the event of acquisition, merger or divestiture, and only with the written consent of CITY at the time of the assignment, conveyance or transfer. CONTRACTOR is to provide reasonable notice to CITY of mergers, acquisitions or divestitures, which may affect armored car services required under this Agreement, or which may necessitate the assignment of services. 5.3 Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of CITY which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to any one other than CITY and CONTRACTOR. 5.4 If CONTRACTOR sub -contracts or assigns any work required under this Agreement, CONTRACTOR remains primarily responsible for the complete, satisfactory and acceptable performance by the sub -contractor or assignee, and warrants that any sub -contractor or assignee shall adhere to all the terms and conditions of this Agreement in every respect. This shall not apply in the event of assignment of the entire contract as stipulated in Section 19 of this Agreement. The CITY shall not be responsible for the costs of reprinting any documents required as a result of subcontracting or assignment. 6. DESIGNATED REPRESENTATIVES The following individuals are designated to represent CONTRACTOR and CITY respectively on all matters concerning this Agreement: Russell E. Daniels Vice President — Administration and Risk Management 50 Schilling Road Hunt Valley, MD 21031 PH: 800-888-2129 yM William R. Nealon Controller City of Tamarac Department of Financial Services 7525 NW 88th Avenue Tamarac, FL 33321-2401 CONTRACTOR and CITY will mutually notify each other in writing within ten (10) days of any changes in their designated representatives. CITY of rsrrtarac; Purchastty R Contrads I iwsjor' 7. INSURANCE 7.1 CONTRACTOR shall obtain at CONTRACTOR'S expense all necessary insurance in such form and amount as specified in Exhibit B 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. 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. 7.2 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. 7.3 The Certificate shall contain a provision that coverage afforded under the policy will not be canceled until at least thirty (30) days prior written notice has been given to CITY. In the event the Certificate of Insurance provided indicates that the insurance shall terminate and lapse during the period of this Agreement, CONTRACTOR shall furnish, at least five (5) days prior to the expiration of the date of such insurance, a renewed Certificate of Insurance as proof that equal and like coverage for the balance of the period of the Agreement or extension thereunder is in effect. 7.4 The loss or theft of any CITY deposits, once transferred to CONTRACTOR will be the sole responsibility of CONTRACTOR. CITY will be reimbursed for the amount of the deposit, in a timely manner, should this event occur. CITY shall make every effort to reconstruct any such deposit. Such reconstruction, in the absence of microfiche or microfilm, shall be effective with dollar amounts, and the names and addresses of the makers. 8. INDEMNIFICATION 8.1 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 Cf`i'r Of farnerac Putchasing & Contracts Divisioo 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. 8.2 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. 9. 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. 10. APPLICABILITY OF VENDOR, STATE, AND LOCAL LAWSIVENDOR COURT RULINGS All applicable laws and regulations of the United States and the State of Florida, and all ordinances and regulations of Broward County and the City of Tamarac shall apply to this Agreement. CONTRACTOR agrees that it will monitor this requirement closely and make any adjustments deemed necessary to remain in compliance. 11. ACCESS TO RECORDS CITY, or its authorized representatives, shall have access to the books and records maintained by CONTRACTOR concerning CITY'S accounts unless any applicable Federal or State laws prevent such access. Such access shall be during regular business hours, and will include the inspection or copying of any books, records, memoranda, checks, correspondence, or documents that the CITY requires access to. All records shall be maintained for a minimum of three (3) years, or longer if required by the applicable regulatory bodies. 12. NON-DISCRIMINATION CONTRACTOR agrees that there will be no discrimination as to race, color, creed, sex or national origin in regard to its obligations performed under the terms of this agreement. 13. INDEPENDENT CONTRACTOR CONTRACTOR is and shall be in the performance of all work services and activities under this Agreement, an independent contractor, and not an employee, agent, or servant of CITY. All persons engaged in any of the work or services performed pursuant to this Agreement shall at all times, and in all places, be subject to CITYof Tamarac Purcha�siog & Cnritr acts rJrvi.,rc. r;........... ..... . ........... . ...................................................................................... 0 ...................... ....................................................................... CONTRACTOR'S sole direction, supervision, and control. CONTRACTOR shall exercise control over the means and manner in which its employees perform the work and, in all respects, CONTRACTOR'S relationship and the relationship of its employees to CITY shall be that of an independent contractor and not as employees or agents of CITY. 14. CONFLICTS OF INTEREST CONTRACTOR represents that it has or will secure at its own expense all necessary personnel required to perform the services under this Agreement. CONTRACTOR shall ensure that such personnel shall not be an employee of or have any contractual relationship with CITY, nor shall such personnel be entitled to any benefits of CITY including but not limited to pension, health and workers' compensation benefits. 15. QUALIFIED PERSONNEL All of the services required hereunder shall be performed by CONTRACTOR or under its supervision, and all personnel engaged in performing the services shall be fully qualified and, if required, authorized or permitted under state and local law to perform such services. CONTRACTOR warrants that all services shall be performed by skilled, competent personnel to the highest professional standards in the field. 16. STATE TAXES CITY is exempt from the payment of State sales and use taxes. CITY will sign an exemption certificate submitted by CONTRACTOR. CONTRACTOR shall not be exempted from paying sales tax to its suppliers for materials used to fulfill contractual obligations with CITY, nor is CONTRACTOR authorized to use CITY'S Tax Exempt certificate in securing such materials. CONTRACTOR shall be responsible for payment of its own employees' payroll, payroll taxes, and benefits under this Agreement. : 1*1111163 4� Any notice, demand, communication, or request required or permitted hereunder shall be in writing and sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services or by messenger service, addressed to the party for whom it is intended at the following addresses: City Manager City of Tamarac 7525 NW 88 Avenue Tamarac, FL 33321-2401 With a copy to the City Attorney at the same address. 6 CITYof Turmerac Purchasir)g & CoWract............................................................................................. ........... ................. V1 ........................................................................................ ......s Cyr � 0i + CONTRACTOR Russell E. Daniels Vice President — Administration and Risk Management 50 Schilling Road Hunt Valley, MD 21031 PH: 800-888-2129 18. ASSIGNMENT OF CONTRACT Any assignment of this Agreement shall require the prior written approval of CITY. CITY reserves the right to terminate this Agreement immediately upon the acquisition of CONTRACTOR by another legal entity. CONTRACTOR shall promptly notify CITY of any such acquisition in writing within a reasonable time frame following such announcement. The event shall impose no changes unfavorable to CITY without CITY'S prior written consent. 19. PAYMENT TERMS AND CASH DISCOUNTS All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218. Payment terms, unless otherwise stated in this Agreement, will be considered to be net 30 days upon receipt of approved invoice. If CONTRACTOR offers a discount, it is understood that the discount shall be so indicated on said approved invoice. P111 1F1 Z►iu-tI 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. 21. PRICE ADJUSTMENT A. Prices quoted shall be firm for the initial contract term of three (3) years. Thereafter, any extensions which may be approved by the CITY shall be subject to the following: B. Cost for any extension term(s) shall be subject to adjustment only if increases or decreases occur throughout the local industry. CITY will use changes in the Consumer Price Index (CPI) (United States All Urban Consumers), as published by the Bureau of Labor Statistics of the U.S. Department of Labor, and documented payroll figures provided by the CONTRACTOR in any adjustment review. Such adjustment, if approved, may not exceed 3%, or the CPI whichever is lower. The yearly increase or decrease in the CPI shall be that latest Index published and available for the calendar year ending 12/31, prior to the end of the contract year then in effect as compared to the index for the comparable month one year prior. CITY of 7"amarac Purchosiog & Ccaldract's Division *-I 22. SCOPE OF SERVICES CITY requires daily armored car services (Monday through Friday, except for CITY observed holidays) 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 CITY, and the transportation of negotiable securities or other items of value. A. Pickup Locations: City Hall Cashiers Office, Room 102 7525 Northwest 88 Avenue Tamarac, Florida 33321 Building Department 6011 Nob Hill Road, First Floor Tamarac, Florida 33321 Tamarac Community Center 8601 West Commercial Blvd. Tamarac, Florida 33321 Satellite City Hall 4267 W. Commercial Blvd. Tamarac, Florida 33321 B. Pick up dates Monday through Friday, except for City observed holidays as listed below: New Years Day Martin Luther King Presidents Day Memorial Day Independence Day Labor Day Veterans Day Thanksgiving Day Day after Thanksgiving Day Christmas Eve Christmas Day C. Pick up Times CITY'S pick-up times are between 9:00 A.M.. and 2:30 P.M. daily. C Y of Tarr�r�= t �'urc;l�arsirrg & C�r�trrzc;.r ?�rvi ;rr,rr f................................................................................................................................................................................................ D. Deposits Deposits of CITY'S funds will be delivered to Wachovia Bank of Florida at the location listed below: Wachovia Bank (The Money Center) 1410 Southwest 3rd Street Pompano Beach, FL 33069 E. Armored Car Services Vendor Responsibilities 1. CONTRACTOR shall make one pickup daily from the above locations, and deliver deposits to the designated CITY Bank. On a best effort basis, CONTRACTOR will provide same day credit on deposit(s), or no later than the next business day. 2. A guard will pick up standard pre -numbered sealed disposable bags containing CITY deposits and deposit slips. The exterior of the bag will reflect the amount of deposit said to be contained inside. The guard shall sign a daily pickup manifest for the bags showing the total as it appears, and shall take the deposit to the designated CITY bank. Guard shall obtain a signed delivery receipt from the Bank. Deposit slips are returned to the CITY directly from the Bank. 3. CONTRACTOR shall make every attempt to inform CITY in advance of any change in service that might occur during a regular scheduled pick up, so CITY can take necessary steps to conform with the indicated change. 23. INVOICES CITY will accept invoices once per month. Each invoice shall be accompanied by records fully detailing the amounts stated on the invoice. CITY will make every effort to pay invoices in full within thirty (30) days of receipt. CONTRACTOR shall prepare verification data for the amount of payment claimed, and shall provide any necessary cooperation during the investigation of any questionable data indicated on the invoice in question. 24. CHANGE ORDERS -- ADDITION OR DELETION OF SERVICES CITY reserves the right to add to the services specified in this Agreement, or to delete any portion the Agreement, at any time, and if such right is exercised by CITY, the total fee shall be increased or decreased in the same ratio as the monthly flat rate bid by CONTRACTOR and accepted by CITY. No additional work under this Agreement shall be implemented until a change order setting forth the adjustments is approved by the CITY, and executed by the CITY and CONTRACTOR. Once the change order is so approved, the CONTRACTOR shall promptly proceed with the work. r CITY of Tant.armc it PurCIMSirrg & Contracts I3rvi�;rc�r� 25. SIGNATORY AUTHORITY CONTRACTOR shall provide CITY with copies of requisite documentation evidencing that the signatory for CONTRACTOR has the authority to enter into this Agreement. 26. 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. 27. MERGER; AMENDMENT This Agreement constitutes the entire Agreement between CONTRACTOR and 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 CONTRACTOR and CITY. Remainder of This Page Left Intentionally Blank 10 CITY Uf Tamarac L, I .. CdT�:i7c?*wftlG C.r Ultjrc]t�,,,,,,,, 11 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 Dunbar Armored Inc., signing by and through its Vice President, duly authorized to execute same. ATTEST: Marion Swenson, C C City Clerk , Date ATTEST: (Corporate Secretary) Vicki Thompson _ Type/Print Name of Corporate Secy Ai'(6I�>r�1 ,�g Schreiber, Mayor /// O Date Jeffrey L. iller, City Manager ////ploy Date and I4al hufficiency: Mitchell S. Kr , City rrtor&--y (9 �' (y Date Russell E. Daniels Type/Print Name of Vice President ilt, Lot Date ........_........................................................... 19 CITY of Tarrranx I Purchasing ..........................................................................0 . ......... ' rrg & Catrfrrar.,i. Division CORPORATE ACKNOWLEDGEMENT STATE OF MARYLAND :SS COUNTY OF 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, 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 m hand and official seal this z y � day of �JV�t�r� , 2QU --Ato 00 Signatifre o otary Public State of Vida at Large REBECCA L. GERBER NOTARY PUBLIC STATE OF MARYLAND my commiwe nn , p Name of Notary Public Personally known to me or Produced Identification Type of I.D. Produced ❑ DID take an oath, or ® DID NOT take an oath. 12 CITY ............................................. ................................._........_........_.............................................................................................'..�..................�............ Contracts L7rvisrr�rr o Tamarac Purchasing c�r3 rs BID 04-26B ARMORED CAR SERVICES AGREEMENT PRICE/RATE REQUIREMENTS The total cost to CITY shall be based on a monthly rate of Two -Hundred Seventy Five Dollars ($275.00) per pick up location, and shall be fixed and firm for the term indicated in the Agreement between the City of Tamarac and Dunbar Armored, Inc. CITY shall receive credit for the day(s) that CONTRACTOR could not provide service, as stated in the Agreement, due to mechanical failures and/or driver/dispatcher carelessness when the situation or event could have been avoided and/or remedied. 13 CITY of Tarrrara. Purchasing & Contracts Dry 5ioo EXHIBIT - B BID 04-26B ARMORED CAR SERVICES AGREEMENT INSURANCE REQUIREMENTS CONTRACTOR shall maintain at least the following minimum insurance requirements throughout the life of this agreement: A. Worker's Compensation: Notwithstanding F.S. §440.055, any firm performing work on behalf of the City of Tamarac must provide Worker's Compensation Insurance. B. Commercial General Liability with minimum combined limits of one million dollars ($1,000,000.00) with the CITY named as an additional insured. C. Automobile Liability in the minimum amount of one million dollars ($1,000,000.00) per each occurrence. D. 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 CONTRACTOR, or any of its employees, or anyone acting on its service. CONTRACTOR's insurance coverage for the items insured hereunder to be in the minimum amount of five million dollars ($5,000,000.00) each occurrence. Checks are covered for reconstruction purposes only. E. CONTRACTOR's coverage also will apply as primary coverage to any insurance which the CITY may carry in its own name. F. CONTRACTOR shall provide CITY with current certificates of insurance for the required coverage. The certificates shall indicate that the CITY shall be given advance written notice of cancellation or material change of not less than 30 days. 14