Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (237)Temp. Reso. #9871 Page 1 August 29, 2002 CITY OF TAMARAC, FLORIDA RESOLUTION NO. 2002 - 237 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE OFFICIALS TO EXERCISE THE RENEWAL OPTION TO THE EXISTING AGREEMENT BETWEEN THE CITY OF TAMARAC AND DUNBAR ARMORED, INC., FOR AN ADDITIONAL TWO YEARS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City uses armored car service for daily bank deposits; and WHEREAS, the Agreement authorized per Resolution R-99-240 (Agreement attached as Exhibit 2) allows the City to renew the contract for one additional two-year period; and WHEREAS, Dunbar Armored, Inc., has provided quality armored car services in accordance with the terms of the agreement; and WHEREAS, the Assistant City Manager/Interim Director of Finance and the Finance and Policy Officer recommend that the Agreement with Dunbar Armored, Inc., be extended fora period of two years; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the citizens and residents of the City of Tamarac to extend the contract between the City of Tamarac, Florida and Dunbar Armored Inc., for a period of two years as the City's armored car service. 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 is hereby made a specific part of this Resolution. SECTION 2: The appropriate City officials are hereby authorized to accept the Temp. Reso. #9871 Page 2 August 29, 2002 Armored Car Agreement Renewal option to the September 22, 1999 Agreement between the City of Tamarac, Florida and Dunbar Armored, Inc. for armored car service (attached hereto as Exhibit 1) SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 11th day of September, 2002. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. tTCHE S. KR FT CITY ATTORNEY J E SCHREIBER, MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER AYE DIST 1: VIM. PORTNER AYE DIST 2: COMM. MISHKIN AYE DIST 3: COMM. SULTANOF AYE DIST 4: COMM. ROBERTS AYE r-1 1 City of Tamarac "Committed to Excellence... Always" Purchasing Division August 12, 2002 Russell E. Daniels Vice President — Administration Dunbar Armored Inc. 50 Schilling Road Hunt Valley, MD 21031-1105 RE: Armored Car Agreement Renewal Dear Mr. Daniels: The City's Agreement with your company to provide armored car services to the City will expire on September 30, 2002. The original agreement provides for a two (2) year renewal. This is the only renewal of the subject contract. Please advise if a two-year extension would be acceptable to your company by checking the appropriate box below, completing the signature and acknowledgement pages, and returning the original document to the Purchasing Division no later than August 23, 2002. Upon execution by the City, a copy will be returned to you for your records. If you have any questions, do not hesitate to contact me. Sincerely, Lynda S. Flurry, CPPO Purchasing/Contracts Manager i hereby agree to the two-year renewal of the contract between Dunbar Armored \ and the City of Tamarac, for the term 10/01/2002 — 09/30/2004, subject to the same terms and conditions. ❑ I am unable to agree to a two-year renewal of the contract between Dunbar Armored and the City of Tamarac. 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tamarac.org Equal opportunity Ernployer IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Authorized Representative and Dunbar Armored, Inc., signing by and through its Vice President duly authorized to execute same. Marion Swenson, CMC City Clerk CITY OF TAMARAC n /II Schreiber, Mayor t C�I i' -- -- Date Jeffrey'L.'Miller, City Date i M Manager re�=City sufficiency: S ATTEST: Dunbar Armored Inc.__- KC..omLnyJN ame w _ �:. ... (C(Tporate Secretary) i,,Signature of)#fi r r �a Vic: it` Vicki L. Thompson Russell E. Daniels Type/Print Name of Corporate Secy. Type/Print Name of e-Officer LiG (CORPORATE SEAL) Date CORPORATE ACKNOWLEDGEMENT STATE OF 96eR+bA- :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 my hand and official seal this _day of�l�;t , 20Cikj Signature of Notary Public State of Refide at=yl�l � ,Ll� ► r� .....1�.. �rr7,r� _ _ Print, Type or Stamp Name of Notary Public ❑v' Personally known to me or ❑ Produced Identification Type of I.D. Produced Rr� DID take an oath, or ❑ DID NOT take an oath. EXHIBIT - B CITY OF TAMARAC ARMORED CAR SERVICES AGREEMENT SCHEDULE OF INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS CONTRACTOR shall maintain at least the following minimum insurance requirements throughout the life of this agreement: a. Worker's Compensation: Notwithstanding FS 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) 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. Contractor's coverage also will apply as primary coverage to any insurance which the CITY may carry in its own name. CONTRACTOR shall provide the CITY with the 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. EXHIBIT - A CITY OF TAMARAC ARMORED CAR SERVICES AGREEMENT PRICE/RATE REQUIREMENTS The total cost to the CITY shall be based on a monthly rate of $296.00 per pick up location and shall be firm for the term indicated in the Armored Car Services Agreement. The CITY shall receive credit for the day(s) that CONTRACTOR could not provide service, as stated in the Armored Car Services Agreement, due to mechanical failures and driver/dispatcher carelessness when the situation or event could have be avoided and remedied. STATE OF FLORIDA SS COUNTY OF BROWARD: I HEREBY CERTIFY that on this date, before me, an officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Russell E_ Daniels to me known to be the person(s) described in and who executed the foregoing instrument and he/she acknowledged before me and under oath he/she executed the same. 1999. WITNESS my hand and official seal this nth day of AuQ st- , ��4A - (� - pj��U� N ARY PUBW,Ato �q�d` -ftti NOTARY PUBLIC STATE OF MARYLAND My Commission Expires March 1, 2001 (Name of Notary Public: Print, Stamp, or Type as Commissioned) (x) Personally known to me, or ( ) Produced Identification Type of I.D. Produced ( ) DID take an oath or (x) DID NOT take an oath. 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 CONTRACTORS and accepted by the city. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, the day and year first above written. ATTEST: LW - Carol Gold, /CMC City Clerk CITY OF TAMARAC By. oe Schreiber, Mayor lived4asFor By:Jeffrey L. Miller City Manager City Attorney WITNESS: Rosema 7 Ayala (Print or Type Name) Vicki L. Thompson (Print or Type Name) D 4-7 ARMORED C. By: Russell E. Daniels. Vice President (Print or Type Name and Title) C. Pickup Times: The CITY's time for pick up is between 9:00 AM and 11:00 AM, daily. D. Deposits: Deposits of CITY's funds will be delivered to First Union Nation Bank of Florida at the location listed below: First Union National Bank of Florida (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 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. 3. CONTRACTOR 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. 22.0.. 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. Contractor shall prepare verification data for the amount claimed, and provide complete cooperation during such investigation of any areas in the invoice subject to question. 23.0 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 (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. Pickup Locations: City Hall Cashiers Office, Room 102 7525 Northwest 88 Avenue Tamarac, Florida 33321 Parks & Recreation 7501 N. University Drive Tamarac, Florida 33321 Building Department 8191 NW 881h Avenue Tamarac, Florida 33321 Senior & Community Center (future site) 8601 West Commercial Blvd. Tamarac, Florida 33321 Satellite City Hall (future site) Approximate Location (Commercial Blvd. and State Road 7) Tamarac, Florida 33321 (exact location will be given as soon as it is determined by the City) B. Pickup dates: Monday through Friday, except for City observed holidays 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 17.0 ASSIGNMENT TO SUCCESSORS All assignments of this agreement to successors shall require the written approval of the CITY. The CITY reserves the right to terminate this agreement immediately upon the acquisition of CONTRACTOR by another legal entity. CONTRACTOR shall promptly notify the CITY of any such acquisition in writing within a reasonable time frame following such announcement. The event shall impose no changes unfavorable to the CITY without the CITY's written consent and agreement. 18.0 PAYMENT TERMS AND CASH DISCOUNTS Payment terms, unless otherwise stated in this agreement, will be considered to be net 30 days after the date of satisfactory delivery at the place of acceptance and receipt of correct invoice at the office specified, whichever occurs last. If CONTRACTOR offers a discount, then it is understood that the discount time will be computed from the date of satisfactory delivery, at the place of acceptance, and receipt of correct invoice, at the office specified, whichever occurs last. 19.0 VENUE This agreement shall be considered consummated in Broward County, Florida_ All actions brought hereunder shall be brought exclusively in Broward County, Florida. 20.0 PRICE ADJUSTMENT 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: Cost for any extension term(s) shall be subject to adjustment only if increases or decreases occur throughout the local industry. The 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. 21.0 SCOPE OF SERVICES City Requirements: The City requires daily armored car services (Monday through Friday, except for City observed holidays) for deposit of City funds 14.0 STATE TAXES The CITY is exempt from the payment of State sales and use taxes. The 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 the CITY, nor is CONTRACTOR authorized to use the CITY's Tax Exemption Number in securing such materials. CONTRACTOR shall be responsible for payment of its own employees' payroll, payroll taxes, and benefits regarding this agreement. 15.0 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. 16.0 NOTICES Whenever either party desires to give notice unto any other party, it must be given by written notice, sent by registered U.S. mail, with return receipt requested, 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 by written notice in compliance with the provisions of this paragraph. For the present the parties designate the following as the respective persons and places for giving of notice, to wit: CITY 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 Russell E. Daniels Vice President —Administration Dunbar Armored, Inc. 50 Schilling Road Hunt Valley, MD 21031-1105 9.0 ACCESS TO RECORDS The CITY, or its authorized representatives, shall have access to the books and records maintained by CONTRACTOR concerning the 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. 10.0 NONDISCRIMINATION 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. 11.0 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 the 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 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 the CITY shall be that of an independent contractor and not as employees or agents of the CITY. 12.0 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 use every effort to insure that such personnel shall not be an employee of.or have any contractual relationship with. the CITY, nor shall such.. personnel be entitled to any benefits of the CITY including, but not limited to, pension, health and workers compensation benefits. 13.0 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. subcontractor or assignee to commence work in conjunction with this Agreement until all required insurance has been obtained by the subcontractor or assignee and approved by the Risk Manager of the CITY. 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 the 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. CONTRACTOR shall file a Certificate of Insurance that meets all the requirements set forth herein with the City's Risk 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. 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 the 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. The loss or theft of any CITY deposits, once transferred to CONTRACTOR will be the sole responsibility of CONTRACTOR. The CITY will be reimbursed for the amount of the deposit, in a timely manner should this event occur. The 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. 8.0 APPLICABILITY OF VENDOR, STATE. AND LOCAL LAWS / VENDOR 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. 7.0 INDEMNIFICATION CONTRACTOR agrees to indemnify and hold harmless the CITY, its elected officials, its officers, agents and employees from any claim, loss, damage, cost, charge or expense (including all costs and reasonable attorneys' fees) suffered by the CITY from: (a) Any act, breach, or neglect by CONTRACTOR, its agents, employees, assignees, or subcontractors in the performance of services under this Agreement; (b) Any misconduct by CONTRACTOR, its agents, employees, assignees or subcontractors; (c) Any inaccuracy in or breach of any of the representations, warranties or covenants made herein by CONTRACTOR, its agents, employees, assignees or subcontractors; (d) Any claims, suits, actions, damages or causes of action arising during the term of this Agreement for any personal injury, loss of life or damage to property sustained by reason or as a result of performance of this Agreement by CONTRACTOR, its agents, employees, assignees or subcontractors; and CONTRACTOR further agrees to indemnify and hold harmless the CITY or its officers or agents or employees, against any claims or liability arising from or based on the violation of any federal, state, county, or city laws or regulations, by CONTRACTOR, its agents or employees. This indemnification will also obligate CONTRACTOR to defend at its own expense or to provide for such defense, at the CITY's option, any and all suits that may be brought against the CITY which may result from the performance by CONTRACTOR or its agents, employees, assignees or subcontractors, under any contract entered into. Should any charges be assessed against any CITY employee or officer or agent as a direct result of any fault of CONTRACTOR in. -providing. the CITY with armored car services, then CONTRACTOR agrees to either pay those fees assessed or negotiate termination of the charges. 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. Nothing in this agreement shall be construed to affect in any way the CITY's rights, privileges, and immunities as set forth in Florida Statutes 768.28. CONTRACTOR shall not commence work under this Agreement until it has obtained all insurance required under this paragraph as specified in Exhibit B, and until such insurance has been approved by the Risk Manager of the CITY to this Agreement. The CITY's acceptance of a subcontractor shall not be unreasonably withheld. CONTRACTOR is encouraged to seek minority business enterprises for participation in subcontracting opportunities. This Agreement shall not be assigned, conveyed or transferred by CONTRACTOR except in the event of acquisition merger or divestiture and with the written consent of the CITY at the time of the assignment, conveyance or transfer. CONTRACTOR is to provide reasonable notice to the CITY of mergers, acquisitions or divestitures, which may affect armored car services required under this agreement or which may necessitate the assignment of services. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the CITY which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to any one other than the CITY and CONTRACTORS. If CONTRACTOR subcontracts or assigns any work required under this Agreement, CONTRACTOR remains primarily responsible for the complete, satisfactory and acceptable performance by the subcontractor or assignee, and warrants that any subcontractor or assignee shall adhere to all the terms and conditions of this Agreement in every respect. This shall not apply in an event of assignment of the entire contract as stipulated in section 17.0 of the Armored Car Services Agreement. The CITY shall not be responsible for the costs of reprinting any documents required as a result of subcontracting or assignment. 6.0 DESIGNATED REPRESENTATIVES The following individuals are designated to represent CONTRACTOR and the CITY respectively on all matters concerning the Agreement: For the CONTRACTOR: Russell E. Daniels Vice President —Administration 50 Schilling Road Hunt Valley, MD 21031-1105 (410) 229-1906 For the CITY: Director of Finance City of Tamarac 7525 NW 88th Avenue Tamarac, FL 33321-2401 CONTRACTOR and the CITY will mutually notify each other in writing within 10 days of any changes in their designated representatives. 3.0 BREACH OF CONTRACT This Section, if invoked, shall take precedence over section 2.0. In the event of a breach of contract by CONTRACTOR or unsatisfactory performance as determined by the Director of Finance or designee as indicated in Subsection 6.0 below (hereinafter "designated representative"), or if CONTRACTOR performs in a manner that precludes the 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 certified mail, return receipt requested, be authorized to terminate this agreement. The 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 of failure, which is determined, to the satisfaction of the Director of Finance or designated representative, due to any action or inaction on the part of the CITY. 4.0 EXCUSABLE DELAYS The CITY expects CONTRACTOR'S service to the 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. 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 subcontractors 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. Upon CONTRACTOR'S request, the CITY shall consider the facts and extent of any failure to perform the work and, if CONTRACTOR failure to perform was without fault or negligence, all affected provisions of the Agreement shall be revised accordingly, subject to the City's rights to change, terminate, or stop any or all work at any time. 5.0 SUBCONTRACTING AND ASSIGNMENT OF PERFORMANCE CONTRACTOR shall not subcontract any services or work to be provided to the CITY without the prior written approval of the CITY. The CITY reserves the right to accept the use of a subcontractor or to reject the selection of a particular subcontractor and to inspect all facilities of any subcontractor in order to make a determination as to the capability of the subcontractor to perform properly under EXHIBIT 2 TEMP. RESO. 9871 August 29, 2002 CITY OF TAMARAC FLORIDA ARMORED CAR SERVICES AGREEMENT WHEREAS, this Agreement is made on the day of�i1999 by and between the City of Tamarac, a Municipal Corporation of the State of Florida, with principal offices located at 7525 NW 88th Avenue, Tamarac, FL 33321, and Dunbar Armored Inc., a national armored car services company authorized to do business in the State of Florida with its principal office located at 50 Schilling Road, Hunt Valley, MD 21031, hereinafter referred to as "CONTRACTOR" whose Federal Identification number is 52-0675776. NOW, THEREFORE, in consideration of the mutual promises herein, the CITY and CONTRACTOR agree to the following Terms and Conditions, as specified below: 1.00 CONTRACT TERM The armored car services agreement shall commence on October 1 1999 and shall terminate three years after the date of commencement. The CITY, at its option and pending a mutual agreement between the CITY and CONTRACTOR, may renew the contract for an additional two-year period. Any renewal is contingent upon satisfactory performance by CONTRACTOR for the previous year as determined by the CITY. 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. 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 changed circumstances. In the event the CITY and CONTRACTOR cannot come to a mutual agreement on any such addition, deletion or change, that portion of the Agreement concerning the desired addition, deletion or change, shall be terminated. 220 TERMINATION OF CONTRACT Either party may terminate this Agreement at any time upon 45 days written notice, which is to be provided by certified mail, return receipt requested, to the appropriate designated representative. SEP 03 2002 15:00 FR DUNBAR 3RD FLOOR 410 229 1740 TO 919547242408 P.O W%WMAN&� 50 Schilling Road AW�� Hunt Valley, 2 I �37- I GL2C1 41 D/584-98O80 D ARMORED 800/88e-2129 At a meeting of the Directors of DUNBAR. ARMORED, INC. drily called and held at 50 SCMLLING ROAD, HUNT VALLEY, MD, 21031-1105, on the 27th day of August, 2002, 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: -IWAW11010-Fr (Affix Corporate ' 1 Seal here) _ :- The Most Trusted Name In Security FORMERLY TOTAL PAGE . 02-+ 'S Nam PRODUCER Marsh 1000 Ridgeway Loop Road 6th Floor Memphis, TN 38120 Attn:Lynne Berry (901)684-3666 00542-dunba-A.L-2002 I INSURED DUNBAR ARMORED, INC. 50 Schilling Road Baltimore, MD 21031 FIX�u,\I�� y CERTIFICATE NUMBER . ;, /d�,+�3P ATIr000720114-00 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES DESCRIBED HEREIN. COMPANIES AFFORDING COVERAGE COMPANY A HARTFORD FIRE INSURANCE CO COMPANY B GREAT AMERICAN ALLIANCE INS CO COMPANY C N/A COMPANY W~ D COVER+AGE+5 w ., fhis ccrt f cayte'supeiseQ�s,,a rd-ie�slaees any p viaus. y >'`sued Certifi ate,"faa,t a policyyl? crdd p fed be OW, 2 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDIYY) POLICY EXPIRATION DATE (MMIDDIYY) LIMITS A GENERAL LIABILITY 20CSEJ48309 04/01/02 04/01/03 GENERAL AGGREGATE $ 3,000,000 X PRODUCTS -COMP/OP AGG $ 1,000,000 COMMERCIAL GENERAL LIABILITY CLAIMS MADE � OCCUR ' "•" PERSONAL & ADV INJURY $ 1,000,000 $ 1,000,000 OWNER'S & CONTRACTOR'S PROT OCCURRENCE yEACH FIRE DAMAGE (Any one fire) $ 1,000,000 ----••----- MED EXP (AnX oneperson) $ l0,OD0 A AUTOMOBILE LIABILITY 20CSEJ48310 04/01/02 04/01/03 COMBINED SINGLE LIMIT $ 2,000,000 X ANY AUTO $ ALL OWNED AUTOS Vendor. " BODILY INJURY SCHEDULED AUTOS DY (Per person) X X HIRED AUTOS NON -OWNED AUTOS r Date of Review: Acceptable r _ BODILY INJURY (Per accident) — $ -- -- - PROPERTY DAMAGE It Not ble GARAGE LIABILITY ........... ANY AUTO (Note Deficiencies BelO ,,, ,_. AUTO ONLY - EA ACCIDENT $ _ OTHER THAN AUTO ONLY, EACH ACCIDENT $ $_. AGGREGATE B EXCESS LIABILITY X UMBRELLA FORM OTHER THAN UMBRELLA FORM Authorize 5i nature � 04/01/02 04/01/03 EACH OCCURRENCE $ 10,000,000 - --- $ I0,000,000 $ AGGREGATE A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY _ THE PROPRIETOR! PARTNERS/EXECUTIVEINCL OFFICERS ARE: EXCL 20WNJ48308 04/01/02 04/01/03 X TORY LIMITS ER $ 1,000,000 EL EACH ACCIDENT EL DISEASE -POLICY LIMIT ------- $ 1,0001000 EL DISEASE -EACH EMPLOYEE $ 1 ,000,000 DESCRIPTION OF OPERATION SILOCATIONSNEHICLESISPECIAL ITEMS (LIMITS MAY HE SUBJECT TO DEDUCTIBLES OR RETENTIONS) City of Tamarac is listed as additional insured. i MULL7tK rW 33; Ch h } �° ri r,y .e.r-,Yu✓i'�i;,.:Ms AN .. o a a a :x .. x" TION tt.3abiE sP a t! SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE City of Ta ma rac CERTIFICATE HOLDER NAMED HEREIN, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR Albert Cohen, Purchasing Clerk 7525 NW 88th Avenue LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE, ITS AGENTS OR REPRESENTATIVES. Tamarac, FL 33321. MARSH USA INC. x� BY: Dan Kyle >;•:+ � F •� P °�, } 3 "� = � `i� y k",:• 3 W`� wb �y '. 3 d ,,,T' 3 A a. ° �°' 6 & t�{ 3,:' 1 E�d,'„ `.k., l�/� ,Px q�. Qipi ; TEXT„ - "Dunbar Armored,lnc.'s naming of customer as Additional Insured in its lability policy(ics) pursuant to this contract,shall afford coverage only for the negligent performance ofactivites by Dunbar Annored for customers pursuant to this contract and in no event be construed for any purpose so as to make Dunbar Annored,hic. or its insurer liable for the acts or omissions ofCustomer,its agents,servants oremployees." CERTIFICATEpri3,.DR .,8 r adik uar City of Tamarac Albert Cohen, Purchasing Clerk 7525 NW 88th Avenue Tamarac, FL 33321 ai 3r 3ppA ru.. '� E r { �•. t i "h arp. ,;.y,r r INCLUDES COPYRIGHTED MATERIAL OF ACORD CORPORATION WITH ITS PERMISSION. Tues. Sept. 3, 2002 Best wnbmt.com a' Ratings• / • Ratings &Analysia • News Publications -? > 0 Products A ServicesCOMPANY WO 0 Insurance Resources *AboulA.M.Beat 02231 _ Hartford Fire Insurance Company Reeng s e A R c H Member of Hartford Insurance Group Enter Company Name or A.M. Bear Number A.M. Best #: 02231 NAIL #: 19682 View a listof oro_u_p,members or the grog's raking "t Best's Rating More Search Options A+ (Superior)* BEST Financial -Size Category_ Vn" 4Vhera in th0 XV ($2 billion or more) world is A.M. BEST? *Ratings as of 9131021:52.13 PM E.S.T. Find our locations or purchase the complete Best's Company Report for in-depth analysis. What d yw rrt 5'end usyour comments Rating Category (Superior ): Assigned to companies which have, on balance, superior financial strength, operating performance and market profile when compared to the standards established by the A.M. Best Company. These companies, in our opinion, have a very strong ability to meet their ongoing obligations to Accessing the pages policyholders. on ambest.com Best's Ratings reflect our opinion based on a comprehensive quantitative anc. constitutes the users qualitative evaluation of a company's financial strength, operating performance and agreement to our tB rrrtS...4f_4+_s..4: market profile. These ratings are not a warranty of an insurer's current or future abilitN Information collected to meet its contractual obligations. (Best's Ratings are proprietary and may not bE, via this Web site is reproduced without permission from A.M. Best.) protected by our pri_v_ac�st�tea ant; Comments or concerns The rating symbols "A++", "A+", "A", 'W", "B++", and "B+" should be directed to are registered certification marks of the A.M. Best Company, Inc. our customer service group; For other matters refer to our Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, B++, B+' oo...ntac4_us pagQ. companies. This special emblem displays their rating and category (Superior, Excellent; or Very Good), helping you discern industry leaders at a glance. Insurance Companies; interested in placing a Best's Security Icon on their web site are required to registel° online. a i f ......................................... ............................................................... .................. i Copyright © 2002 by A.M. Best Company lop. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our Leans„ ofsusg for k additional details. a„dft Insurance Co 5IAitCAPO' or A.M.Best umber Member of Great American P & C Insurance Grp or A.. Best Number A.M. Best #: 03521 NAIL #; 26832 View a list -of group members or the group's rating r Best's,._Rating More Search Options A (Excellent)* U BEST Financial Size Category where XII ($1 billion to $1.25 worldd is in A billion) A.M. ERSTB Find our locations "Ratings as of 913102 1:52:13 PM E.S.T. t*std or purchase the complete Best's Company Report for in-depth analysis. you rnr 2 Send us your dwments Rating Category (Excellent ): Assigned to companies which have, on balance, excellent financial strength, operating performance and market profile when compared to the standards established by the A.M. Best Accessing the pages Company. These companies in our opinion have ^a strong ability to meet their ongoing obligations to policyholders on ambest.com Best's Ratings reflect our opinion based on a comprehensive quantitative anc constitutes the user's agreement to our qualitative evaluation of a company's financial strength, operating performance anc trirms of use; market profile. These ratings are not a warranty of an insurer's current or future ability Information collected to meet its contractual obligations. (Best's Ratings are proprietary and may not be via this Web site is protected by our reproduced without permission from A.M. Best.) grivacy_..;rtateme.nt; Comments or concerns The rating symbols "A++", "A+", "A", "A-", ..B++", and "B+" should be directed to are registered certification marks of the A.M. Best Company, Inc. our cu_s1 mar service group; For other matters refer to our Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, 6++, B+' contact us page- companies. This special emblem displays their rating and category (Superior, Excellent or Very Good), helping you discern industry leaders at a glance. Insurance Companies interested in placing a Best's Security Icon on their web site are required to repistei online. ............................................................................................................................... ................................................................................. ....................... Copyright © 2002 by A.M. Best Company, Inc. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of V.se for additional details.