Loading...
Aware Digital, Inc. - I REAC 12-// tl /! OTY OF MIAMI BEACH CERTIFICATION OF CONTRACT TITLE: For Maintenance and Repair of Video Monitoring Equipment for City Parking'Garages CONTRACT NO.: 24 -10/11 EFFECTIVE DATE(S): This Contract shall remain in effect for two (2) years from date of Contract execution by the Mayor and r City Clerk, and 1. may be renewed, at the sole discretion of the City, through its City Manager, for three (3) additional one (1) year terms. SUPERSEDES: N/A CONTRACTOR(S): Aware Digital, Inc. ESTIMATED ANNUAL CONTRACT AMOUNT: $36,000 A. - AUTHORITY - Upon affirmative action taken by the Mayor and City Commission of the City of Miami Beach, Florida, on December 14, 2011 for approval to, award a contract, upon execution between the City of Miami: Beach, Florida, and Contractor. B. EFFECT - This Contract is entered into for maintenance and repair of video monitoring equipment for City parking garages, pursuant to City Invitation to Bid. No. 24 -10/11 and any addenda thereto (the ITB), and Contractor's bid in response thereto (this Contract, the ITB, and Contractor's bid in response thereto may hereinafter collectively be referred to as the "Contract Documents"): C. , ORDERING INSTRUCTIONS - All blanket purchase- orders shall be issued in accordance with the City of Miami Beach Procurement Division policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All blanket purchase orders shall show, the City of Miami Beach Contract Number 24- 10/11. D. CONTRACTOR PERFORMANCE - City of Miami Beach departments shall report any failure of Contractor's performance (or failure to perform) according to the requirements -of the Contract Documents to Saul Frances, City of Miami Beach, Parking Department at 305- 673 -7000 ext. 6483. E. INSURANCE .CERTIFICATE(S) The Contractor shall file Insurance Certificates, as required, which must be signed by a Registered Insurance Agent licensed in the State of Florida, and approved by the City of Miami Beach Risk Manager, prior to delivery of supplies and /or commencement of any services /work by Contractor. F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor. any interest herein shall be assigned, transferred, or encumbered by Contractor without the prior written consent of the City. In addition Contractor shall not subcontract delivery of supplies, or any portion of work and /or services required by the Contract Documents without the prior . written consent of the City. l Certification of Contract Contractor warrants and represents that all persons providing /performing any supplies, work, and /or services required by the Contract Documents have the knowledge and skills., either by training,. experience, education, or .a combination thereof, to adequately and competently provide /perform same,. or services to City's satisfaction, for the agreed compensation. Contractor shall provide /perform the supplies, work, and /or services required under the Contract Documents in a skillful and respectable manner. The quality of the Contractor's performance and all interim and final product(s) and /or. work provided to or on behalf of City shall be comparable to the best local and national standards. G. : SERVICE EXCELLENCE STANDARDS — Excellent Customer Service is the standard of the City of Miami.. Beach. As a Contractor of the City, Contractor will be required to conduct itself in a professional, courteous and ethical manner, and at all times adhere to. the City's Service Excellence standards. Training will be provided by the City's Organizational Development and Training Specialist. H. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed. on the convicted vendor list following a conviction for a public . entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases. of real property to the City, may not be. awarded or perform work as a contractor, supplier, subcontractor, or consultant under a .contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date: of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the Contract and may result in Contractor debarment. I. INDEPENDENT CONTRACTOR - Contractor is an independent contractor under this Contract. Supplies, work, and /or services, provided by Contractor pursuant to the Contract Documents shall be subject to the supervision of Contractor. In providing such supplies, work, and /or services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. J. THIRD PARTY BENEFICIARIES - Neither Contractor nor City intends. to directly or substantially benefit a third party by this Contract and /or the Contract Documents. Therefore, the parties agree that there are no third party beneficiaries to this. Contract and that no third . party shall be entitled to assert, a claim against either of them based upon this Contract and /or the Contract Documents. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract and /or the Contract Documents: ` 2 Certification of Contract K: NOTICES - Whenever either party desires to, give, notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand - delivery with a request fora written receipt of acknowledgment of delivery, addressed to the party for whom- it is intended at the place Fast specified. The place for giving notice shall remain the same as set. forth herein until changed in writing in the manner provided in this section. For the present, the parties designate .the following: For City Gus Lopez, Procurement Director City of Miami Beach Procurement Division : 1700 Convention Center Drive Miami Beach, Florida 33139 With copies to: Saul Frances, Parking Department, Director : City of Miami , Beach Parking Department 1755 Meridian, Avenue, Ste. 100 Miami Beach, Florida 33139 For Contractor: Aware Digital, Inc. 1835 E. Hallandale Beach Blvd., #479 Hallandale, Florida 33099 Attn: Joshua Mann, President Phone: 305- 373 -0047 Fax: 305 - 675 -0581 E -mail: iosh@awaredigital.com L. MATERIALITY AND WAIVER OF BREACH City and Contractor agree that each requirement, duty, and obligation set forth in.the Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver such provision or modification this Contract.. A waiver of any breach of a. ..,provision of this Contract shall not be deemed' -a waiver -of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. M. SEVERANCE - In the event a portion of this Contract and /or the Contract Documents is found by a court of competent jurisdiction to 'be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to' terminate this Contract. An election to terminate this Contract 'based upon* this provision shall be made within seven (7) days after the finding by the court becomes final. Certification of Contract N. APPLICABLE LAW AND VENUE This Contract and /or the Contract Documents shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either, party may have to a trial by jury of any civil litigation related to, or arising out of the Contract and /or the Contract Documents. Contractor, shall specifically bind all subcontractors to the provisions of this Contract .and. the Contract Documents. O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions contained herein, or in the Contract Documents, shall be effective unless contained in a Written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. P. This Contract shall not be effective until all bonds and insurance(s) required under the Contract Documents have been submitted to, and approved by, the City's Risk Manager. Q. The ITB and Contractor's bid in response thereto, are attached to this Contract and are hereby adopted by reference and incorporated herein as if fully set forth in this Contract. Accordingly, Contractor agrees to abide by and be bound by any and all of the documents incorporated by the.Contract Documents. Where there a conflict between any provision set forth within (i) this Contract; (ii) the ITB; and /or (iii) Contractor's bid in response thereto, the more stringent provision (as enforced by the City) shall prevail. 4 Certification of Contract IN, WITNESS WHEREOF the City and Contractor have caused this Certification of Contract to be signed and attested on this day of 2011; by their respective duly authorized representatives. CONTRACTOR CITY OF MIAMI BEACH B 7Presii n kl or Print Name Date Date ATTEST: ATTEST: Secretary/ Sicjfiature City Clerk Ste; 14� 1 Print Niame Date a� a , 0 Date - APPROVED AS TO` ORM & LANGUAGE FOR E CUTION F: \PURC \$ALL \Cristina \BIDS \10-11 \ITB 24 -10 -11 Parking Garage Cameras \ITB =2' _ s ��ty o� Date COMMISSION ITEM SUMMARY Condensed Title: Request For Approval To Award A Contract To Aware Digital Inc. Pursuant To Invitation 'To, Bid 24- 10/11, For Maintenance And Repair Of Video Monitoring Equipment For City Parking Garages, In The Estimated. Annual Amount Of $36,000. - Key intended Outcome Supported: Supporting Data (Surveys, Environmental Scan, etc.): Issue: Shall, the City Commission Approve The Award of Contract? Item Summa /Recommendation: On August 8, 2011, the ITB #24- 10/11 was issued with an opening date of September 8,2011. A Pre- bid conference to provide information to prospective bidders was held on August 1.. The City notified 14 local contractors via e- mail', which resulted in'the receipt of seven (7) bids. On September 22, 2011 an -email was received from the President of American One Corp, stating that he would not be able to continue "with the bidding process and therefore,. withdrew their bid `from consideration. On November 15, 2011, the Technical Review Panel (the "Panel ") convened to review the responsive bidders' qualifications, experience, capability, and performance evaluations. After the Panel's review of the six (6) bids, it was determined that further evaluation was necessary. 'Therefore, the Panel reconvened on November 30, 2011 to exercise all due diligence by conducting 30 minute interviews of the companies' key personnel. The Panel concluded that it would be in the.best interest of the City to recommend Aware `Digital, Inc. as the primary vendor; and Gisnet Telecom, Inc. as secondary vendor_ The Administration recommends App roving the Award. Advisory Board Recommendation: N/A Financial Information: Source of Amount Account Funds: 1 $36,000 Parking. Operations No. 480- 0463 - 000325 . 2 . OBPI Total - .Financial Impact Summary: N/A City Clerk's Le illative Tracking: - ` Gus Lopez, Director Ext # 6641 Sign .Deparl nt Director Assist An City Manager cit�r'Mana er GL SF JG PDW JMG TAAGE 011112- 14- 11 \ITB 2410 -11 Maintenance and Repair of Video Monitoring Equipment - S M cx 1 9 % E AN "H AGENDA ITEM C d C 41 D ATE 42 lVdA �N'� 1B E AC H City of.Miami Beach, 1700 Convention Center Drive, Miami Beach Florida 331.39, www.miamibeachfl.gov. COMMISSION MEMORANDUM TO: Mayor Matti Herrera Bower and Members of the City . Commission FROM Jorge M. Gonzalez, City Manager DATE: December 14, 2011 SUBJECT: REQUEST FOR APPROVAL TO AWARD CONTRACTS TO AWARE DIGITAL, INC. AS PRIMARY VENDOR, AND GISNET :TELECOM INC. AS SECONDARY VENDOR, PURSUANT TO INVITATION TO BID (ITB) NO..24- 10/11, FOR MAINTENANCE AND REPAIR OF VIDEO MONITORING EQUIPMENT FOR CITY. 'PARKING. GARAGES, IN THE ESTIMATED ANNUAL AMOUNT OF $36,000. ADMINISTRATION RECOMMENDATION Approve the Award of contracts. KEY INTENDED OUTCOME Maintain City's Infrastructure. FUNDING $36,000 Parking Operations No. 480 -0463- 000325 ANALYSIS The work specified in this bid consists of furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials and services necessary, to include permits, to maintain - and repair of video monitoring equipment for the following City - parking garages: • .7th Parking Garage • 12th Street Parking Garage • 13th Street Parking Garage • 16th Street Parking Garage (Anchor Garage) • 17 Street Parking Garage • 42nd Street Parking Garage City Hall Parking Garage Pennsylvania Parking Garage Routine maintenance includes inspection of infrastructure and related utilities, wireless and :network devices, adjustment of sensors, radios, antennas, .and cleaning of camera lenses. Repair and/or replacement of any defective or damaged equipment -as required to provide complete and fully operational systems has also been included with a separate labor rate and the purchase of any parts at the vendors cost. . 42 Commission Memo ITB 24- 10/1.4 December 14, 2011 This contract shall .remain - in effect for two .(2) years from date of contract execution by the Mayor and City 'Clerk, and may be renewed at the sole discretion of the City, for. three (3) additional years provided :pricing remains the same.. BID PROCESS On August 8, 2011; ITB #24- 10/11 was issued with an opening date of September 8, 2011 A Pre -bid conference to provide information to prospective bidders was held on August 18, 2011. The City notified 14 local contractors via e-mail, .which resulted in the receipt of seven (7) bids from the following vendors: 1. American .Protection One Corp. 2. ATC International Communications Inc. (ATCi) 3. Aware Digital Inc. 4. fire Alarm Systems & .Security Inc. 5. GISNET Telecom 6.: One Dot Systems 7: Secure Technologies Integrators 'On September 14, 2011, American Protection One Corp. was. contacted via email requesting omitted .documentation, with 'a response. due date of September 19, 2011. A response was received via email .on September 22, 2011 from the President of American One Corp, Rigoberto Ramirez, stating that he would not be able to continue with the bidding process and therefore, withdrew their bid from consideration. On November 15, 2011, the Technical Review Panel .(the "Panel ") convened to review the responsive .bidders' qualifications, experience, capability, and performance evaluations. The Panel consisted of the following individuals: • Miguel Beingolea, Operations Manager, - Parking Department; • Gerald Cunningham, Senior Network Administrator., Information Technology; and Angelo Grande, Director of Operations, Miami Beach Convention. Center. The ITB stipulated that award of this contract may be made to the primary and secondary lowest and best bidders. Should the primary vendor fail to comply with the Terms and Conditions of Contract, the City reserves the right to engage the secondary. vendor, if it is deemed 'to be in the best interest of the City. In determining the lowest and best bidder, the City utilized the "Best Value" Procurement process to select a contractor with the experience and qualifications; the ability; capability, . and capacity; and proven past successful performance. After the Panel's review of the six (6) bids, it was determined that further evaluation was necessary. Therefore, the Panel reconvened on November 30, 2011 to exercise all due diligence by conducting 30 minute interviews of the companies' key personnel. 'During deliberations -the Panel reviewed . the lowest and . 'second to lowest bidder's qualifications, experience, capability, and references concluding the following of each company: 43 Commission Memo ITB 24 -10/11 December 14, 2011 ATCi Communications, ATCi is the lowest bidder and has been awarded two (2) contracts for video monitoring .equipment with :the City, one of which was managed .by Panel member, Angelo Grande of the Miami Beach Convention Cehter, .and the other contract supervised by Panel member. Miguel Beingolea of the City of .Miami Beach Parking Department. Having direct experience working with ATCi .panel - members felt that the company had performed poorly in the past and that they would not be able to deliver improved service if awarded the contract to maintain and repair the video monitoring equipment for the City parking ara es. P 9 YP 9g g Performance deficiencies noted on the formerly awarded contract included ATCi 's delayed delivery 'of functional equipment as well. as..the company's failure to follow -up with the Project Manager and high employee turnover. Therefore, based . on past performance, surveys and a Vendor Evaluation of "Average" scores dated. October 22, 2011, submitted by project manager, Miguel Beingolea, ATCi was - not recommended for award. Fire Alarm Systems and Security Inc. It was the consensus of the Panel that the second to lowest bidder specializes in fire alarm systems and that the company does not. seem to have sufficient experience with video - monitoring .equipment and capable of providing the level - of service required by the ITB. Based on - the aforementioned, past performance, surveys and interviews, the Panel unanimously concluded that it would be in the best interest of the City to recommend Aware Digital, Inc. as the primary vendor, and Gisnet Telecom, Inc. as the secondary vendor, ranking was as °follows: COMPANY TOTAL PRICE LABOR RATE PER MONTH 1. Aware Digital, Inc. $3,000.00 $ 129.00 2. Gisnet Telecom, Inc. $4,250.00 $ 65.00 3. -ATCi Communications, Inc. $1,983.50 $ 89.00 .4. Secure Technologies Integrators Inca . $ 3,870.00 $ 85.00 5. Fire Alarm Systems and Security Inc. .$2,104.24 $ 75.00 6. One Dot Systems, Inc. $5,957.75 $ 55.00 'The Panel has reviewed the bidder's qualifications, experience, capability, and references of the recommended vendors. 'Below is an overview of each recommended: company: - Aware "Digital, Inc. 'The third lowest bidder, Aware Digital, is ..a Florida- based corporation that has been doing business in the surveillance and wireless. technology . market for over eleven (11) ,years. 3 -44 Commission Memo -ITB 24 -10/11 December 14, 2011. Aware Digital is a fully, licensed and insured company, holding a low voltage state license. Completed projects include American Airlines Arena, Gulfstream Park Casino and City of Or Police Department to name three '(3) out of 1:3 completed projects within the last two years of similar scope and size. At the November_ 30, 2011 Panel meeting, - a survey was conducted via telephone with Sgt. Steven Feldman of the City of Miami "Beach Police Department. Sgt. Feldman oversaw the purchase and maintenance of Pole Cams /Portable Surveillance Systems from Aware Digital. Sgt. Feldman stated via telephone conversation that Aware Digital is a good company; the products provided by Aware Digital are fine; they have good _communication; provide services above and beyond the contract scope :such as training; and maintenance provided, which have been serviced at night, is also very good. Gisnet Telecom Inc. Gisnet has been in business for over , 12 years .and is a licensed and insured company in the state of Florida: Through a competitive process Gisnet was awarded a contract with the City in 2008 to install video monitoring equipment in five .(5) City - parking - garages. Furthermore, as a sub - contractor to Team Contracting, Gisnet installed 300 IP cameras at the Miami Beach Convention Center. Panel members, Angelo Grande and Miguel Beingoiea managed the installation of video camera under both contracts respectively. Both Panel members agree that Gisnet-did a good job with no performance or servicing issues. Based on the higher monthly maintenance and repair costs ($15,000 more than Aware Digital annually) the Panel selected - them as a secondary .vendor. CONCLUSION Based on the aforementioned, the Administration recommends that the Mayor and City Commission Awards Contracts to Aware Digital, Inc. as primary vendor, and Gisnet Telecom, Inc. as secondary vendor, pursuant to ITB ' No. 24- 10/11, for Maintenance and Repair of Video Monitoring 'Equipment for City Parking Garages in the estimated annual amount-of $36,000. T:WGENDAl2011112.14 -1 WTB 24 -10 -11 Maintenance and Repair of Video Monitoring Equipment - MEMO.docx _4 Y t k w .INVITATION TtJ iD MAINTENANCE AND; :REPAIR QF:UIQEQ Cl'ttlENT 4 4 Ft3'Ft'CITY. PARKING GARAGES. i. IVIAINTE VANCE,.CC)ST: INFORMATI4�N k . y . Ct�Ii'PAIlIY I`IAIE Aitare. dl ital ;t I • �' I ! n'` • rans Qrtatl ©n 1e ,. ro ass ,to fui'nlsh all abor,. mater a s, t ©ols, : e u rnent,u' a , t , .. a d pro; P p P for.' nalntenance aril re air of video rriori'itc�rin ` e u me t far the M aml ncldental;requlred the:.;. p :g ,.p .Beach Cara es -s ecified In -this ITB t t age, 'Mo nthly , y IIantertance 'Taal h k r arkl ara e St set P ng ,G $290'0 } -: Street Parkin Cara e 29�.OQ 9 9 i } In 13m- :Street Park Ga a e 29 (3 QQ 1 tt Street Parkin Cara �:: Ar chor e 39Cl:,t 0 is c 4 } :. � ?: : street Parking Garage : , -$5: 'QO x NEW 42nd StreetParkln Gara e 29CJeto - 9 9 : ff K 1 ark n Gaa e Y 9 9 �7 Y Penns ;ivna Parkin Gana e. y $40 OQ Y g 9 ; . k 1 5 t • 4 i �, 4 s Bid: 000 per month `t`1nd Tatal ass 4 t - t S. REP MRt� ANDIOR` REPLACEI�tIENT ILARt'�R RATES. i I n he I - r of';th - e. arts is o t ._ .Shcould: the udeo :m.onitor.in e ui rnent. req uire. repairs', or re . Cem t P I vandalism lease r• ,Inventorv�' , :L f t _ and. are< nat ,covered : the monthl` rna ntenanee totals r rovlde• a -labor rat'e.far: such .re airs p P s 4 R hour) :rate :for strai` ht time }re airs. as a. result cif vandalism i:,e : from'.$ 00 a; Hourty :Labor At g p .a.rn. to: 5.00:' m:;IVlc�nda Freda rate. tc� include: labor and travel, arts,;are not included ;but P y . y. p! rn>.st. be: chA at cyst see Sec' ion 3.4 $129.00: t Y r Bld;NC? ; 2d 101't't CITY OP MIA' BEACji _ pp �tbm,bdr & , ;2011: 18 f 1 4. I °N: THE - :EVENT.:OF A RITH- ' E THE .BIDDER ,AGREES ; >TI AT THESE ERRORS _ ERRORS.; WHICH .. MAY BE ..CORRECTED;: BY THE CITY. IN : CASE OF DIS CREPANCY tN CO.MPU.TiNG:' THE AMOU OF� THE' BID THE UNIT'. PRICE SHALL GOVERN THE CLTY ALSO':RESERVES THE RIGHT TO MObIFY' ITEWPUANTITIES AND - SCOPE TO NOT .EXCEED THE PROJECT'S" ESTIMATED BUDGET. PAYMENT TERMS: NET 30 If:other, specafy her..e ANYLETTERS, ATTACHMENTS , OR ADDITIONAL. iNFOREVIATIQN TO. BE CONSIDERED PART Ot= THE B1 .MUST E : SUBMITTED IN :DUPLICATE. SUBMITTED BY Joshua Mann £ ,. COMPANY NAME, Awar Digital Inc S1GNE 1 ce` that l: am aut sized ;to execute i ; td =and .commit the bi ding• firm) k 1 t l _ y £ £ 4 •' S �•' S• 1 • t £ t Y Z' 5 t :.: B[D; ICI 24 10111 CITY OF MIAMI BEACH' DATA September 8 2011 19: ago i I t OP 1D: JO DATE (MM /DD/YYYY) CERTIFICATE OF LIABILITY INSIJRAIV.CE 12/24/11 THIS CERTIFICATE 1S ISSUED AS A'MATTER OF INFORMATION ONLY AND CONFERS,NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,'certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 305 -238 -1000 NAME: cT NAME: Morris & Reynolds Inc. 305- 255 -9643 PHONE FAX 14821 South Dixie-Highway A/c No Ext : A/C No Miami, FL 33176 E-MAIL ADDRESS: Protx Company LLC PRODUCER AWAREDI CUSTOMER ID #: INSURERS AFFORDING COVERAGE NAIC # INSURED Aware Digital, Inc. INSURER A: Colony Insurance Company 39993 • Ms.Sue .Spehar INSURER B 1835 E Bch Blvd -479 Hallandale, FL'33009 INSURER c INSURER D': INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION, NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE, INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM /DD/YYYY /Y MM /DDYYY GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 A -X COMMERCIAL GENERAL LIABILITY X GL850795 02/21/11 02/21/12 DAMAGE PREMISES S ( RENTED 1()0,00 Ea occurrence $ CLAIMS -MADE Fx_1 OCCUR MED EXP (Any one person) $ 5,00 PERSONAL & ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 3,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 3,000,00 POLICY X PRO- LOC Z- $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ HIRED AUTOS (Per accident) NON -OWNED AUTOS $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ .DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION WC STATU- OTH AND EMPLOYERS' LIABILITY YIN TO RY" I IT ANY PROPRIETOR /PARTNER /EXECUTIVE ❑ E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH)' E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ - DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Alarms'and Alarm Systems - installation,servicing or repair City of Miami Beach is named as Additional Insured as respect to General Liability in reference to: Contract No.: .24-10/11 For Maintenance. and Repair Video Monitoring Equipment for City Parking Gara es. CERTIFICATE'HOLDER CANCELLATION CITYOMC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Miami Beach ACCORDANCE WITH THE POLICY PROVISIONS. 1700 Convention. Center Drive Miami Beach, FL 33139 AUTHORIZED REPRESENTATIVE ©1988 -2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD 121,2812011 04:17 3054063818 STATE FARM PAGE 03106 tSaTF (luiraradmmri � o �Cle1T Cat= t ,t�►BtL.�ITY INSURANCE X2128/2011 �. Ct�.T��' - THIS CER1"IFIGATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CEERTIFICATE HOLOM THIS GER CE 'CE d T ES NOT AFFIRMATIVELY R ' NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES OF-LOW. THIS CERTlFICA7E OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING IMSURER(E)+ AUTHORIZED O REIyRESENTA NE OR PRt1UCER, AND THE CERTIFICATE MOLAR. IMPORTANT: if the CaRKcata holder is an ADDITIONAL INSURED, the policy(Ites) must be endorsed. if SUBROGATION 15 WAIVED, subject to the terms and conditions of the polloy, C ertain policies may requim a n endorsement statement on this certificate does not confer rights to the certificaW holder in lieu of such endorsement(s)� . NTA T PRODUCER Det F Ba ca llao NAME - PHONE 4291 NW 10 Ave 6 tc - - -•. poral FL 33178 Aoasss. + — _..- - -- , _ INS AFFORtx YC oymAGE NAIC P INSURr: - R A : State F arM Mu tuai Ayto ;le insurance got' Ran� — .,_ rNSUR o AWARE'DIGI INC 3155 NW 82ND AVE GTE 101 DORAL FL 33122 -1056 uasuRe . INSUR • -- ••••- _ INSU L FI ER F t COVERAGES CERTIFICATE NUMBER: REVISICiN NUMBER" THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTEr) BELOW HAVE BEEN :ISSUED TO THE INSURED NAMED AS01/E p WHICH TH1 FOR T}IE PQUCY PERIt7 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR.GONDITION OF .AMY CONTRACT OR OTHER DOCUMENT NTH RESPECT T CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE - APPOROF.D BY THE POLICIES DESCRIBED HEREIN IS SUBJECT. TO ALL THE TERMS, REDUCED BY PAID EXCLUSIONS AND C ONDITIONS OF SUCH POLICIES. LIMITS SH MAY HAVE SE EN RE.D _•,. _, , ' 1NSR pgUGY NUMBCR M10in) E F P Lbb E7:P LIMITS f YPE.OF INSURANCE UAMLnY EACH OCCURRENCE _ — . - C OMMERCIAL GENERAL LIABILITY _EEMI$_ES� Ee occurtenc�} _. - 7 CLAIMS -MADE F7 OCCUR. _MED EXP (Any wt pnVs 'F P ERSONAL 9 ADV INJURY $ - - • J O EIVFRAt.' AGG RC ^GAtE • .. — CaEN'L AGGREGATE LIMIT APPLIES PER: ! / PRQDUCTS COINPJC}F AGG $ POLICY PR0. IOC D SIN 5Lh t.I y,000,OD0 A A UTOMOBILE LIAUIUTY • r • i .584 2215- B30-v9 0$1301,1014 0212812012 �{ P INJURY (Per Poo! -W) s, ANY AUTO- ALL OWNED X SCHEDULED OODILY INJURY (Pbr A=Idenl) AUTOS AUTOS FR MT1 NON -OWED (PerBCCi(,;M) ...__. X HIRED AUTOS AUTOS _.., )C 2005 Ford pwffRELLA LIAS OCCUR F ACH OC EXCESS UAB - CLA1 44ADF AGGREG DEt7 Rr= TENTiO4 M STATU- OTH {qpR R$ C.`OWENSWrION JQRY_LIM1T.S_ ... AND EMPLOYERTUARILITY YIN If J EAC AC CIDENT ANY PROPRIETORIPARTNERIEXECIJTI\fE NIA - - - gFFIQf=1Mn- MER EXCLUDEl77 I J E L..D . PA EMPLOYE _ (Mandatory In NH) if yes, dewibn undor C:.L DISEASE - POLICY LIMIT S A ENOL 667 1996- 04^69 1010412011. 04/0412 1 wllnlett CSL 1 DESCRIPTION Of OPERATIONS I LOCA710NS t VEHICLES (Attath ACORD 101, Aefdrrin"hl Remarks Sehoduln, B more space fit requlrod) For Maintenance and Repair of Video Monitoring Equipment for Cidy'Parking Garages, Contract No.: 24 -10111 Additional Insurird City of Mimi Beach 1700 Corwention Center DriVe Miami Beach, Fl. 33139 CERTIFICATE HOLDER CANCELLATION SMULD ANY OF THE DESCRISED poLtelFs aE CANCELLED BEFORE City of Miami Brach THE EXPIRATI DATE THEREOF, NOTICE , MALL 'BE DELIVER IN 1700 anv Eittidn Center 'Drive ACCORIDANcE VATH THE POLICY PROVIS1e�N$_ Miami Beach, FL 3313 nut+ m RePRe9ENTA1NE 0 1 988 -201 0 A ;ORD'CORPORATI0N. All rights reserved. ACORD �S (2010105) The ACORD name and logo are registered m 1 tI01 X196 132849.6 1115.207 0 arks W ACORD A "RL> C A DA7E(MMIDD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 12/28/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), CONT CIF PRODUCER NAME: Belinda Rivera COMPUPAY INSURANCE SERVICES, INC. PHONE (800)362 -9519 x7768 ao N o: (305)675 --8141 j 3450 Lakeside Drive, Suite 400 AoDRESS:wcftompu ay.com M iramar, FL 33 027 INSURER($) AFFORDING COVERAGE NAICB INSURERA: Frank Winston Crum Insurance INSURED Aware Dig Inc INSURER 8: 11401 NW 134th Street INSURER C: Sui 107D INSURER D .Miami, FL 33122 INSURER E (305Y373-0047 Fax: (305) 675 0581 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INaR -TYPE OF INSURANCE LIMITS ADD S LTR INSR WVD POLICY NUMBE MMlDDlYYYY MM/DD GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ CLAIMS -MADE F� OCCUR MED EXP (Anyone person) $ PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ POLICY PRO LOC $ COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY Ea accident ANYAUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY, (Per accident) 'S HIRED AUTOS AUTOS E AUTOS NON -OWNED Par PERTY ac $ UMBRELLA LIAB OCCUR C EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION X WCSTATU OTH TORY LIMITS ER AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORMARTN£R[EXECUTIVE FS F 110 0 0 5 2/21/112/21/12 E.L. EACH ACCIDENT $ 100 ,000 A. OFFICERMEMBER EXCLUDED? F-1 Nf A (Mandatory In NH) E.L. DISEASE - EA EMPLOYE $ 10 0,000 It yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE POLICY LIMIT $ 500,000 DESCRIPTION,OF OPERATIONS J LOCATIONS 1 VEHICLES (Attach ACORD 109, Additional Remarks Schedule, if more space Is required) Title: For Maintenance and Repair of Video Moni toring Equipment for City Parking Garages Contract No.: 24-10/11 I CERTIFICATE HOLDER CANCELLATION City of SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn: Kenneth Patterson THE EXPIRATION DATE THEREOF,. NOTICE WILL BE DELIVERED IN 1700 Center D rive A E WITH THE POLICY PROVISIONS. Miami Beach, FL 33139 IV A 1 REPRES TIVE / Fax (786)394 -4010 &'2 6 ? ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD25(2010 /05) The ACORD name and logo are registered marks of ACORD . I