ITB-20-121-01 Gloval IncCONTRACT NO. 20-121-01
We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community.
City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SENT VIA E-MAIL TO: henry.perez@gloval.us
May 26, 2020
Henry Perez
GLOVAL, Inc.
11330 NW 36 Terrace
Doral, FL 33178
Ph: 786-837-6996 Ext.303
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO.
2020-121-AY for ARMORED TRANSPORT SERVICES
Dear Mr. Perez:
On March 31, 2020, GLOVAL, Inc., submitted to the City of Miami Beach, Florida (the “City”) a
bid in response to the above-referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub-
Section 16, Binding Contract, that the award of the ITB shall constitute a binding Contract
between the City and the awarded bidder.
Accordingly, this letter shall serve as official notice that on May 18, 2020, the City Manager
approved the award of a contract pursuant to the ITB to GLOVAL, Inc. (the “Contractor”), as the
primary vendor for armored transport services. It is important to note that no services may be
performed until such time as insurance has been received pursuant to the ITB and the City has
issued a Purchase Order.
If you have any questions regarding this letter of notification of award, you may contact Valerie
Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at
305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for
this contract, Evelyn Giles, at EvelynGiles@miamibeachfl.gov or (305) 673-7000 ext. 26173
Sincerely,
Alex Denis
Alex Denis
Director Procurement Department
AD/ME/AG
Attachment A
Resolution Commission Items & Commission Memo
MIAMI BEACH
PROCUREMENT DEPARTMENT
REQUEST FO R CITY MANAGER APPROVAL
2020-121-AY
Requested Action
Piagayback Approval xxx Award of 1TB
Contract Execution Reauest for Contract Term Renewal
Chan ge Order Approval Other:. Waiver Quote Requiremen t
Request approval to award, pursuant to Invitation to Bid (1TB) NO. 2020-121-AY, for Armored Transport Services, the following vendors:
Giovai, Inc.; and Transvalue, Inc.
Why is requested action necessary?
Various City departments require armored transport services to protect the City of Miami Beach (the "City") monies in transit from Parking,
Parks and Finance locations throughout the City in route to City's bank for deposit. Through 1TB 2020-121-AY for Armored Transport
Services, the City sought to receive bids from qualified bidders.
On February 21, 2020, an Invitation to Bid (the "!TB") no. 2020-121-AY for armored transport services was issued with bid opening date of
March 31, 2020. The Procurement Department issued bid notices to 1,002 companies utilizing www .bidsync.com website. 24 prospective
bidders accessed the advertised solicitation. The notices resulted in the receipt of two (2) responses from: Giovai, Inc.; and Transvalue,
Inc. See Attachment A for a tabulation of bids received. Both vendors have been deemed responsive.
In order to assure services are performed without separation of work, it is in the City's best interest to award a primary and secondary
vendor for the entire cost proposal, beginning with lowest, responsive, responsible bidder Giovai, Inc. (primary), followed by the second
lowe st, responsive, responsible bidder Transvalue, Inc. (secondary). The City will endeavor to utilize vendors in order of award. However,
the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery
requirement; 2) it is in the best interest of the City to do so regardless of reason.
It is not expected that expenditures will exceed $100,000 during the initial 3 year term of the agreement. Therefore, based on the justification
stated herein and pursuant to City Administrative Procedure 16.02 Section (8)(2), this item seeks approval of the City Manager to award
the lowest, responsive, responsible bidder Giovai, Inc. (primary), followed by the second lowest, responsive, responsible bidder Transvalue,
Inc. (secondary) for three (3) years from date of contract execution and an additional two (2), one (1) year period, on a year-to-year basis,
such to be in the best interest of the City, in the amount not to exceed amount established in Section 2-366(a) of the City Code for formal
bids $100,000 .
I ,rn 2014-002-Av
III
Authority
City Administrative Procedure PO.16.02 Section (B}(2) Purchases between $15,000.01 and the amount established for formal bids.
Purchases within this category generally require at least three (3) written quotes and the approval of the Procurement and Budget
De artments.
Not to exceed Section 2-366la' of the Cit Code for formal bids
Fiscal Impact
Attachment(s)
1TB 2020-121-AY; Attachment A
r three (3) y of contract execution and an additional two (2), one (1) year period, on
Date:
Kristy Bada for Alex Denis, Director
AT
T
A
C
H
M
E
N
T
A
BI
D
TA
B
U
L
A
T
I
O
N
ITB 2020 ‐121 ‐AY
It
e
m
D
e
s
c
r
i
p
t
i
o
n
E
s
t
.
Q
u
a
n
t
i
t
y
U
n
i
t
C
o
s
t
T
o
t
a
l
U
n
i
t
C
o
s
t
T
o
t
a
l
1
C
o
s
t
p
e
r
p
i
c
k
-
u
p
(
M
o
n
d
a
y
-
F
r
i
d
a
y
)
2
4
6
0
2
8
.
0
0
$
6
8
,
8
8
0
.
0
0
$
2
9
.
9
5
$
7
3
,
6
7
7
.
0
0
$
2
C
o
s
e
p
e
r
p
i
c
k
-
u
p
(
A
f
t
e
r
H
o
u
r
s
,
W
e
e
k
e
n
d
a
n
d
H
o
l
i
d
a
y
s
)
6
8
0
3
5
.
0
0
$
2
3
,
8
0
0
.
0
0
$
2
9
.
9
5
$
2
0
,
3
6
6
.
0
0
$
3
1
2
"
x
1
6
"
t
a
m
p
e
r
e
v
i
d
e
n
t
b
a
g
(
i
n
d
i
c
a
t
e
c
o
s
t
i
f
a
n
y
)
1
0
0
0
0
.
5
0
$
5
0
0
.
0
0
$
0
.
4
5
$
4
5
0
.
0
0
$
93
,
1
8
0
.
0
0
$
94,493.00
$
Gl
o
v
a
l
I
n
c
.
(
P
r
i
m
a
r
y
)
T
r
a
n
s
v
a
l
u
e
(
S
e
c
o
n
d
a
r
y
)
Attachment B
Addenda & Solicitation
M IAM I BEACH PROCUREMENT DEPARTMENT
1755 Meridian Aven ue, 34 Floor
Miami Beach, Florida 33139
www .miamibeachfl.gov
ADDENDUM NO.1
INVITATION TO BID NO. 2020-121-AY
ARMORED TRANSPORT SERVICES
March 10, 2020
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are shown by
strikethrough and additions are underlined).
THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED.
ACCORDINGLY, NO FURTHER EXTENSIONS TO THE DUE DATE FOR BIDS WILL BE ALLOWED.
I. ATTACHMENTS
Exhibit A: Tabulated Results to 1TB 2014-002 armored services
II. RESPONSES TO QUESTIONS RECEIVED:
Q1: Who is the incumbent service provider?
A1: The incumbent is Transvalue, Inc.
Q2: What are the present rates for services provided?
A2: See Exhibit A.
Q3: Although Section 0200 - 33-34 addresses delivery, the rate for "same-day" vs. 'next-day" delivery to SunTrust
Cash Vault impacts pricing. Does the City prefer one scenario vs. the other?
A3: Pursuant to Appendix D Special Conditions, Section 5 Delivery Requirements, which supersedes
the General Conditions stated above, "the deposits must be delivered to Sun Trust vault located at
5575 NW 87 Ave, Miami, FL 33178 the day of the pick-up."
Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the
attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov
Contact:
Ariu Y udasto
Telephone:
305-673-7 490 ext. 26695
Email:
AriuY udasto amiamibeachfl.1ov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential proposers that have
elected not to submit a response to the 1TB are requested to complete and return the "Notice to Prospective Bidders"
quest naire with the reason(s) for not submitting a proposal.
lo.
1 ADDENDUM NO. 1
INVITATION TO BID NO. 2020-121-AY
ARMORED TRANSPORT SERVICES
M IA M I BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3¢ Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
EXHIBIT A:
TABULATED RESULTS FOR 1TB 2014-002
2 ADDENDUM NO. 1
INVITATION TO BID NO. 2020-121-AY
ARMORED TRANSPORT SERVICES
M IA M I BE ACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 36 Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 2
INVITATION TO BID NO. 2020-121-AY
ARMORED TRANSPORT SERVICES
March 13, 2020
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are shown by
strikethrough and additions are underlined).
I. REVISIONS: 1TB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on
Tuesday, March 31, 2020.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays
for which the Proposer is solely responsible.
THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the
attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov
Contact:
Ariu Yudasto
Telephone:
305-673-7490 ext. 26695
Email:
Ar'uYudasto miamibeachfl. ov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential proposers that have
elected not to submit a response to the 1TB are requested to complete and return the "Notice to Prospective Bidders"
ques · · e with the reason(s) for not submitting a proposal.
i rector
1 ADDENDUM NO. 2
INVITATION TO BID NO. 2020-121-AY
ARMORED TRANSPORT SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
1 ADDENDUM NO. 3
INVITATION TO BID NO. 2020-121-AY
ARMORED TRANSPORT SERVICES
ADDENDUM NO. 3
INVITATION TO BID NO. 2020-121-AY
ARMORED TRANSPORT SERVICES
March 24, 2020
This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by
strikethrough and additions are underlined).
I. CLARIFICATIONS: ITB DUE DATE AND TIME
CONFERENCE CALL FOR BID OPENING:
Dial-in Instructions:
• Dial the Telephone Number: 1-877-873-8018
• Enter the Meeting Number: 6312925 and then press the pound (#) key
Bid opening date, time, and location remains unchanged. Late proposals will not be accepted. Proposers are
cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible.
THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the
attention of the individual named below, with a copy to the City Clerk’s Office at RafaelGranado@miamibeachfl.gov
Contact:
Arju Yudasto
Telephone:
305-673-7490 ext. 26695
Email:
ArjuYudasto@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have
elected not to submit a response to the ITB are requested to complete and return the “Notice to Prospective Bidders”
questionnaire with the reason(s) for not submitting a proposal.
Sincerely,
Alex Denis
Procurement Director
TABLE OF CONTENTS
SOLICITATION SECTIONS: PAGE
0100 NOT UTILIZED ..............................................................................................................
0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS ..........................................
0300 BID SUBMITTAL INSTRUCTIONS & FORMAT ..............................................................
APPENDICES:
APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS
APPENDIX B “NO BID” FORM
APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS
APPENDIX D SPECIAL CONDITIONS
APPENDIX E COST PROPOSAL FORM
APPENDIX F INSURANCE REQUIREMENTS
SECTION 0200 INSTRUCTIONS TO BIDDERS
1. GENERAL.
This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the “City”), as the means for prospective
Proposers to submit their qualifications, proposed scopes of work and cost proposals (the “bid”) to the City for the
City’s consideration as an option in achieving the required scope of services and requirements as noted herein. All
documents released in connection with this solicitation, including all appendixes and addenda, whether included
herein or released under separate cover, comprise the solicitation, and are complementary to one another and
together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful
Bidders(s) (the “contractor[s]”) if this ITB results in an award.
The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document
fulfillment. Any prospective bidder who has received this ITB by any means other than through BidSync is solely
responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITB.
Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued.
Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of
bid submitted.
2. PURPOSE.
The purpose of this bid is to establish a contract, by means of sealed bids, with qualified firm(s) for armored transport
services. The services are necessary to protect the City of Miami Beach (the “City”) monies in transit from Parking,
Parks and Finance locations throughout the City in route to City’s bank for deposit.
On October 11, 2013 the City issued Invitation to Bid (ITB) 2014-002-MF for Armored Transport Services. On
January 14, 2014, the Mayor and City Commission awarded contract s to the lowest bidder for the services. The
existing contract is scheduled to expire February 23, 2020, and extended on a month-to-month basis until April,
2020.
The City of Miami Beach estimates the annual budget for this project to be $30,000.00. Duration of entire contract
(with renewals) will be an estimated total of $150,000.00.
3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows:
ITB Issued February 21, 2020
Pre-Bid Meeting N/A
Deadline for Receipt of Questions March 5, 2020 @ 5:00PM E.T.
Responses Due March 17, 2020 @ 3:00PM E.T.
Tentative Commission Approval Authorizing Award April 2020
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact noted below:
Procurement Contact: Telephone: Email:
Arju Yudasto 305-673-7490 #26695 ArjuYudasto@miamibeachfl.gov
Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov;
or via facsimile: 786-394-4188.
The Bid title/number shall be referenced on all correspondence. All questions or requests for clarifica tion must be
received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All
responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum.
4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s)
may be scheduled.
A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address:
City of Miami Beach
Procurement Department
Conference Room
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not
mandatory. Proposers interested in participating in the Pre -Bid Submission Meeting via telephone must follow these
steps:
(1) Dial the TELEPHONE NUMBER: 1- 888-557-8511 (Toll-free North America)
(2) Enter the MEETING NUMBER: 6916771
Proposers who are interested in participating via telephone should send an e -mail to the contact person listed in this
ITB expressing their intent to participate via telephone.
5. PRE-BID INTERPRETATIONS. Oral information or responses to quest ions received by prospective Bidders are
not binding on the City and will be without legal ef fect, including any information received at pre-bid meeting or site
visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this
solicitation. Addendum will be released through BidSync.
6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised
and until an award recommendation has been forwarded to the City Commission by the City Manager are under the
“Cone of Silence.” The Cone of Silence ordinance is available at
http://library.municode.com/index.aspx?clientID=13097&stateID=9&statename=Florida . Any communication or
inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception
communications with the Procurement Director, or his/her administrative staff responsible for administering the
procurement process for this solicitation providing said communication is limited to matters of process or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the
Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov.
7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the fol lowing
ordinances/resolutions, which may be found on the City Of Miami Beach website:
http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/
• CONE OF SILENCE…………………………………………………………… CITY CODE SECTION 2-486
• PROTEST PROCEDURES…………………………………………………… CITY CODE SECTION 2-371
• DEBARMENT PROCEEDINGS………………………………………………. CITY CODE SECTIONS 2-397 THROUGH 2-485.3
• LOBBYIST REGISTRATION AND DISCLOSURE OF FEES……………... CITY CODE SECTIONS 2-481 THROUGH 2-406
• CAMPAIGN CONTRIBUTIONS BY VENDORS…………………………….. CITY CODE SECTION 2-487
• CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT
ISSUES…………………………………………………………………………..
CITY CODE SECTION 2-488
• REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL
BENEFITS FOR DOMESTIC PARTNERS……………………………………
CITY CODE SECTION 2-373
• LIVING WAGE REQUIREMENT……………………………………………… CITY CODE SECTIONS 2-407 THROUGH 2-410
• PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND
CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE-
DISABLED VETERAN BUSINESS ENTERPRISES……………………….. CITY CODE SECTION 2-374
• FALSE CLAIMS ORDINANCE………………………………………………... CITY CODE SECTION 70-300
• ACCEPTANCE OF GIFTS, FAVORS & SERVICES………………………... CITY CODE SECTION 2-449
8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before
submitting a Bid, to:
• Examine the solicitation thoroughly.
• Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress,
performance or furnishing of the Work.
• Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and
ordinances that may affect costs, progress, performance, furnish ing of the Work, or award.
• Study and carefully correlate Bidder's observations with the solicitation.
• Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder
knows or reasonably should have known.
• The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has
complied with the above requirements and that without exception, the Bid is premised upon performing and
furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope
and detail to indicate and convey understanding of all terms and conditions for performance and furnishing
of the Work.
9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline
for submittal of bids and will make a reasonable effort to give at least three (3) calen dar days written notice of any
such postponement to all prospective Bidders through BidSync.
10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due
date in accordance with City Code Section 2 -371, which establishes procedures for protested proposals and
proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code
Section 2-371 shall be barred.
11. JOINT VENTURES. Joint Ventures are not allowed. The City will only contract with the prime contractor.
Proposals may, however, identify other sub-contractors or sub-consultants to the prime contractor.
12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011 -
3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern
owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within
five percent (5%) of the lowest and best bidd er, by providing such bidder an opportunity of providing said goods or
contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the
adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s)
or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written
request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and
service, then the award shall be made to the service-disabled veteran business enterprise.
13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools,
services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be
otherwise expressly provided in the solicitation.
14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest
responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended
for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the
City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall
exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems
to be in the best interest of the City. The City Commission shall consider the City Manager’s recommendation(s) and,
may approve or reject the City Manager’s recommendation(s). The City Commission may also reject all bid s
received. In determining the lowest and best bidder, and in addition to price, Section 2 -369 of the City Code provides
that the City may consider the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances relating to the
Contract.
15. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as
available, by line item, by group or in its entirety, beginning with lowest, responsi ve, responsible bidder (primary),
followed by the second lowest, responsive, responsible bidder (secondary), and cont inuing with other responsive,
responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However,
the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in com pliance with
any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason.
Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non -exclusive, and the
City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the
City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued
to Contractor, and no work or Services shall be authorized under this Agreement, except at City’s sole discretion.
Contractor shall have no entitlement to perform any services h ereunder, or to be compensated for any Services,
unless set forth in a written Purchase Order.
16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be
deemed accepted upon award of the bid by the City Commission, or as delegated by the City Commission. Said
award shall constitute a binding Contract between the City and the awarded bidder(s). In case of default on the part
of the successful bidder, after said award, the City may take such action as it deems appropriate, including legal
action, for damages or specific performance. The Contract shall include the solicitation, any and all addenda issued
by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of
preference shall be as follows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of
default on the part of the successful bidder, th e City may procure the items or services from other sources and hold
the bidder responsible for any excess cost occasioned or incurred thereby.
17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods
and services specifically listed in this solicitation from the contractor. However, the City reserves the right to
purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis
through the City’s spot market purchase provisions.
18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with
the Bid requirements, terms and conditions of this solicitation. Ignorance b y the Bidder of conditions that exist or that
may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to
the Bidder.
19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award.
Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120)
calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price
before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may
withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by
delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and
City Commission.
20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from
the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that
meets or exceeds the formal solicitation requ irements. In order for the City to consider an alternate response, the
Bidder shall complete a separate Price Sheet form and shall mark “Alternate Re sponse”. Alternate response shall
be placed in the same response. This provision only applies to formal solicitations for the procurement of goods,
services, items, equipment, materials, and/or supplies.
21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters,
information on access for persons with disab ilities, and/or any accommodation to review any document or participate
in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY)
five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service).
22. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive O rder 11375, relative to equal
employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance
with the City’s Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit
discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual
orientation, marital and familial status, and age or disability.
23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the
contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to
any person, company or corporation, without the prior written consent of the City.
24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all
reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and
records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination,
excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the boo ks, documents,
papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other
pending matters are closed. Contractor’s failure to or refusal to comply with this condition shall result in the
immediate cancellation of this contract by the City.
25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be
submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will
notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the
Special Conditions.
26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall
be submitted to the ordering City department.
27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give
written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within t en (10)
calendar days from the date of the City’s notice, the City, through its City Manager, may declare the contract in
default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City,
through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without
cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior
written notice to the bidder.
28. CITY’S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any
informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the
best interest of the City of Miami Beach.
29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of
the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven
(7) calendar days prior to the scheduled Bid opening date, a request for clarification.
Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s) from
bidders, will be made only by Addendum duly issued by the City. In the event o f conflict with the original
specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum
shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt
of any and all Addendum, and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement
of Addendum. Failure to acknowledge Addendum may deem a bid non -responsive.
The City will not be responsible for explanations, interpretation s, or answers to questions made verbally or in writing
by any City representative, unless issued by the City via formal written Addendum to this Bid.
Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Dep artment, 1755
Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 with a copy to the City Clerk.
30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids
shall be presumed to be collusive. The foregoing presumption may be rebutted by pres entation of evidence as to
the extent of ownership, control and management of such related parties in the preparation and submittal of such bid
or bids. “Related parties” means bidders or the principals thereof which have a direct or indirect ownership int erest in
another bidder for the same contract, or in which a parent company or the principals thereof of one (1) bidder hav e a
direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be
rejected.
Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract
resulting from collusive bidding may be terminated for cause.
31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard
production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees
items offered and delivered to be new, unused, and free from any and all defects in material, packaging and
workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the
manufacturer’s standard warranty but in no case for a period of less than 12 months from date of acceptance. All
containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.
32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the
stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been
awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by
the City and the contractor.
33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of
days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time
may become a basis for making an award. Delivery shall be within the normal working hours of the City using
Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding
holidays, from 8:30 A.M. to 4:00 P.M.
34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days)
for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted.
35. DEMONSTRATION OF COMPETENCY.
A. Pre-award inspection of the bidder's facility may be made prior to the award of contract.
B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods
and/or services as described in this Bid.
C. Bidders must be able to demonstrate a good record of performance for a reasonable period of ti me, and
have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform
the services if awarded a contract under the terms and conditions of this Bid.
D. the terms "equipment and organization", as used herein s hall, be construed to mean a fully equipped and
well established company in line with the best business practices in the industry, and as determined by the
City of Miami Beach.
E. The City may consider any evidence available regarding the financial, technical , and other qualifications and
abilities of a bidder, including past performance (experience), in making an award that is in the best interest
of the City.
F. The City may require bidders to show proof that they have been designated as authorized representatives of
a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also
require material information from the source of supply regarding the quality, pac kaging, and characteristics
of the products to be supply to the City. Any material conflicts between information provided by the source
of supply and the information contained in the bidder's bid may render the bid non -responsive.
G. The City may, during the period that the contract between the City and the successful bidder is in force,
review the successful bidder's record of performance to ensure that the bidder is continuing to provide
sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the
bidder's performance on contracts awarded to it by the City, the City may place said contracts on
probationary status and implement termination procedures if the City determines that the successful bidder
no longer possesses the financial support, equipment, and organization which would have been necess ary
during the bid evaluation period in order to comply with the demonstration of competency required under this
subsection.
36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be
as follows:
A. Any contract or agreement resulting from the award of this Bid; then
B. Addendum issued for this Bid, with the latest Addendum taking precedence; then
C. The Bid; then
D. The bidder’s bid in response to the Bid.
In case of any doubt or difference of opinion as to th e items and/or services (as the case may be) to be furnished
hereunder, the decision of the City shall be final and binding on all parties.
37. NOT USED.
38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such
award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by
the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds
for removing the bidder from the City’s bidders list.
39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid
specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality,
design and construction with all published claims of the manufacturer.
The bidder shall indicate in the Bid Form the manufacturer's name an d number if bidding other than the specified
brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items
offered requires complete descriptive technical literature marked to indicate detailed conformanc e with
specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT T HIS
INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL.
Note as to Brand Names: Catalog numbers, manufacturers' and bran d names, when listed, are informational guides
as to a standard of acceptable product quality l evel only and should not be construed as an endorsement or a
product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that
product(s) offered conform with or exceed quality as listed in the specificatio ns.
40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears
to the City upon any debt, taxes, or contracts whi ch are defaulted as surety or otherwise upon any obligation to the
City.
41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a
public emergency, disaster, hurricane, tornado, flood, or other acts o f force majeure that the City of Miami Beach,
Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this
solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are
protected from any emergency situation that threatens public health an d safety, as determined by the City. By virtue
of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the
City on a "first priority" under the emergency conditions noted above.
42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is
not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon
the City’s actual needs and/or usage during a previous contract period. The City may use s aid estimates for
purposes of determining whether the low bidder meets specifications.
43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all
conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non-
responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of
the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to s aid requirements, you
must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The
City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids.
44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the
bidder's facilities at any time, upon reasonable prior written or verbal notice.
45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any
and all information and documentation sub mitted therewith, are exempt from public records requirements under
Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides
notice of an intended decision or until thirty (30) days after open ing of the bids, whichever is earlier. Additionally,
Contractor agrees to be in full compliance with Florid a Statute 119.0701 including, but not limited to, agreement to
(a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in
order to perform the services; (b) provide the public with access to public records on the same terms and conditions
that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter
or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exe mpt from
public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for
retaining public records and transfer, at no cost, to the public agency all public r ecords in possession of the
contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. All records stored electronically must be provided to t he
public agency in a format that is compatible with the information technology systems of the public agency.
46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the
bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price,
unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid.
47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid.
48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harm less the City and its officers,
employees, agents and instrumentalities from any and all liability, losses or damages, including attorney’s fee s and
costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a res ult of
claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting
from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners,
principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and
shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where
applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney’s fees which may be
incurred thereon. The successful Bidder expressly understands and agrees that a ny insurance protection required
by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify,
keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein
provided. The above indemnification provisions shall survive the expiration or termination of this Agreeme nt.
49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise
provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until
acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City.
If any equipment or supplies supplied to the City are f ound to be defective, or do not conform to the specifications,
the City reserves the right to cancel the order up on written notice to the seller, and return the product, at the bidder's
expense.
50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection
fees required under the contract; and shall comply with all Appl icable Laws.
51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami -Dade
County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the
items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of
Applicable Laws will in no way be a cause for relie f from responsibility.
52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of
Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume
the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work
complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by
negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with
Applicable Laws.
53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner
and in accordance with all applicable Local, State, Count y, and Federal laws, rules, regulations and codes. Bidder
agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified,
and licensed in all areas encompassed within their designated duties. Bidder agr ees to furnish to the City any and
all documentation, certification, authorization, license, permit, or registrat ion currently required by applicable laws,
rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations,
authorizations, or certifications required by applicable laws or regulations in full forc e and effect during the term of
this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this co ntract.
54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and ex tensions,
and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in
the bid being non-responsive.
55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or a ny portion of
a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time
will NOT be considered.
Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due dat e or after expiration
of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid
due date and before said expiration date and letters of withdrawal received after contract award will NOT be
considered.
56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications.
Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These
items, as well as items not delivered as per delivery date in bid a nd/or purchase order, may be purchased by the
City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of
these stipulations may also result in the bidder’s name being removed from the City’s vend or list.
57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government o r
non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of
government or non-profit agency.
58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment sup plied
pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act
of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines
levied because of inadequacies to comply with this condition shall be borne solely by the bidder.
59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and
its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses
for, or on account of, any copyrighted, patented, or unpatented invention, process, or arti cle manufactured or used in
the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design,
device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception,
that the bid prices shall include all royalties or cost arising from the use of such design, device, o r materials in any
way involved in the work.
60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and f ound to
comply with Bid specifications, free of damage or defect, and properly invoiced.
61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing
the bid form, state both unit price and extended tot al, when requested. Prices must be stated in units of quantity
specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE
quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special
Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be
considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment
terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in
accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be
made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a
consideration in determination of award of bid(s).
62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including
Manufacturer’s Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the “BID FORM”.
However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent.
63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any
person requiring an accommodation at the Bid opening because of a disab ility must contact the Procurement
Division.
64. SAMPLES. Bids submitted as an “equal” product must be accompanied with detailed specifications. Samples of
items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the
bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid
opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the
bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason
for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department,
1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139.
65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and
Conditions shall have precedence.
66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from
the successful bidder. However, the City reserves the right to purchase the items from state or other governmental
contract, or on an as-needed basis through the City’s spot market purchase provisions.
67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without
previous written approval. The bidder is expected to furnish the br and quoted in its bid. Any substitute shipments
will be returned at the bidder's expense.
68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes.
69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be
given to bidders certifying that they have implemented a drug free work place program. A certification form will be
required. In the event of a continued tie between two or more bidders after consideration of the dru g free workplace
program, the City’s Local Preference and Veteran Preference ordinances will dictate the manne r by which a tie is to
be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or
the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager’s
discretion, which will make a recommendation for award to the City Commission.
70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise
violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the
City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to
be performed by giving written notice to the bidder of such termination, which shall b ecome effective upon receipt by
the bidder of the written termination notice.
In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work
and/or services satisfactorily performed by the bidder pri or to termination, net of any costs incurred by the City as a
consequence of the default.
Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained
by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to
the successful bidder for the purposes of set off until such time as the ex act amount of damages due the City from
the successful bidder is determined.
The City may, at its discretion, provide reasonable “cure period” for any contractual violation prior to terminati on of
the contract; should the successful bidder fail to take the corrective action specified in the City’s notice of default
within the allotted cure period, then the City may p roceed to terminate the contract for cause in accordance with this
subsection 1.57.
71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or
services then remaining to be performed, at any time, by giving writt en notice to the successful bidder of such
termination, which shall become eff ective thirty (30) days following receipt by bidder of such notic e. In that event, all
finished or unfinished documents and other materials shall be properly delivered to the Ci ty. If the contract is
terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance
with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or se rvices
actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in
assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any
profits that the successful bidder expected to earn on the balanced of the contract. Such payment s shall be the total
extent of the City's liability to the successful bidder upon a termination as provided for in this subsection.
72. ADDITIONAL ITEMS / SERVICES. Although this solicitation and resultant contract identifies specific goods,
services or facilities (“items”), it is hereby agreed and understood that the City may require additional items to be
added to the Contract which are ancillary or supplemental to the items specified herein and required to complete the
work. When additional items are required to be added to the Contract, awarded vendor(s), as applica ble to the item
being requested, under this contract may be invited to submit price quote(s) for the additional i tems. If these
quote(s) are determined to be fair and reasonable, then the ad ditional items will be awarded to the current contract
vendor(s) through either a Purchase Order (or Change Order if Purchase Order already exists) or an amendment to
the Contract. Additional items with a cumulative value of $50,000 or less may be approved by the City Manager. City
Commission approval is required for additional items with a cumulative value greater than $50,000.
The City may determine to obtain price quotes for the additional items from other vendors in the event that
fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the
City’s discretion.
73. INSPECTOR GENERAL AUDIT RIGHTS. The following language is only applicable to solicitations issued after
April 1, 2020.
1. Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has establis hed the Office of
the Inspector General which may, on a random basis, perform reviews, audits, inspections and
investigations on all City contracts, throughout the du ration of said contracts. This random audit is separate
and distinct from any other audit performed by or on behalf of the City.
2. The Office of the Inspector General is authorized to investigate City affairs and empowered to review
past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the
Inspector General has the power to subpoena witnesses, administer oaths, require the production of
witnesses and monitor City projects and programs. Monitoring of an ex isting City project or program may
include a report concerning whether the project is on t ime, within budget and in conformance with the
contract documents and applicable law. The Inspector General shall have the power to audit, investigate,
monitor, oversee, inspect and review operations, activities, performance and procurement process including
but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the
[CONTRACTOR] , its officers, agents and employees, lobbyists, City staff and elected officials to ensure
compliance with the Contract Documents and to detect fraud and corruption. Pursuant to Section 2 -378 of
the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the
activities and operations of the Office of Inspector General.
3. Upon ten (10) days written notice to the [CONTRACTOR], the [CONTRACTOR] shall make all requested
records and documents available to the Inspector General for inspection and copying. The Inspector
General is empowered to retain the services of independent private sector auditors to audit, investigate,
monitor, oversee, inspect and review operations activities, performance and procurement proce ss including
but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the
[CONTRACTOR], its officers, agents and employees, lobbyists, City staff and elected officials to ensure
compliance with the contract documents and to detect fraud and corruption.
4. The Inspector General shall have the right to inspect and copy all documents and records in the
[CONTRACTOR]’s possession, custody or control which in the Inspector General's sole judgment, pertain to
performance of the contract, including, but not limited to original estimate files, change order estimate files,
worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project -
related correspondence, memoranda, instructions, finan cial documents, construction documents,
(bid/proposal) and contract documents, back-change documents, all documents and records which involve
cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel
records and supporting documentation for the aforesaid documents and records.
5. The [CONTRACTOR] shall make available at its office at all reasonable times the records, materials, and
other evidence regarding the acquisition (bid preparation) and performance of this contract, for examination,
audit, or reproduction, until three (3) years after final payment under this contract or for any longer period
required by statute or by other clauses of this contract. In addition:
i. If this contract is completely or partially terminated, the [CONTRACTOR] shall make available
records relating to the work terminated until three (3) years after any resulting fina l termination
settlement; and
ii. The [CONTRACTOR] shall make available records relating to appeals or to litiga tion or the
settlement of claims arising under or relating to this contract until such appeals, litigation, or claims
are finally resolved.
6. The provisions in this section shall apply to the [CONTRACTOR], its officers, agents, employees,
subcontractors and suppliers. The [CONTRACTOR] shall incorporate the provisions in this section in all
subcontracts and all other agreements executed by the [CONTRACTOR] in connection with the
performance of this contract.
7. Nothing in this section shall impair any ind ependent right to the City to conduct audits or investigative
activities. The provisions of this section are neither intended nor shall they be construed to impose any
liability on the City by the [CONTRACTOR] or third parties.
SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT
1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed
envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound
copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within
three (3) calendar days upon request from the City. The following information should be clearly marked on the face
of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return
Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected.
2. BID PROPOSAL. The Bid Proposal is to include the following:
• TAB 1 – Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed
mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non-
responsive. All corrections on the Cost Proposal Form shall be initialed.
FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE
ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT
RESPONSIVE AND NOT BEING FURTHER CONSIDERED.
• TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A, Forms A1 and A2).
• TAB 3 – Documentation indicating compliance with Minimum Eligibility Requirements.
The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form
(Appendix E), Bid Certification Form (Appendix A, Form A1), and Bid Bond (if applicable). Bid Submittals
received that do not include the Cost Proposal Form (Appendix E), Bid Certification Form (Appendix A, Form A1),
and Bid Bond (if applicable) completed as required and fully executed, shall be deemed non-responsive. Bidder must
submit any omitted documentation within three (3) business days upon request from the City, or the bid may be
deemed non-responsive. Non-responsive bid packages will receive no further consideration.
2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids.
Any Bid received after the deadline established for receipt of proposals will be considered late and not be
accepted or will be returned to Bidder unopened. The City does not accept responsibility for any delays, natural
or otherwise.
APPENDIX “A”
________________________________________________________________________
Proposal Certification,
Questionnaire &
Requirements Affidavit
________________________________________________________________________
ITB 2020-121-AY
FOR ARMORED TRANSPORT SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
APPENDIX A1 - BID CERTIFICATION FORM
This document is a REQUIRED FORM that must be submitted fully completed and executed.
FAILURE TO SUBMIT THE BID CERTIFICATION FORM WITH ITS BID SUBMITTAL SHALL RESULT IN THE BID
SUBMITTAL BEING DEEMED NON-RESPONSIVE.
Solicitation No:
2020-121-AY
Solicitation Title:
FOR ARMORED TRANSPORT SERVICES
Procurement Contact:
Arju Yudasto
Tel:
305-673-7490 #26695
Email:
ArjuYudasto@miamibeachfl.gov
PROPOSER’S NAME:
NO. OF YEARS IN BUSINESS:
NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES:
OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:
ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE:
ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
Except as stipulated in General Condition 36, Proposer agrees: to complete and unconditional acceptance of the terms and
conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents
of any Addenda released hereto; to be bound, at a minimum, to any and all specifications, terms and conditions contained herein
or Addenda; that the Proposer has not divulged, discussed, or compared the proposal with other P roposals and has not colluded
with any other proposer or party to any other proposal; that proposer acknowledges that all information contained herein is part of
the public domain as defined by the State of Florida Sunshine and Public Records Laws; that al l responses, data and information
contained in the proposal are true and accurate.
Name of Proposer ’s Authorized Representative:
Title of Proposer ’s Authorized Representative:
Signature of Proposer ’s Authorized Representative:
Date:
APPENDIX A2 - QUESTIONNAIRE AND REQUIREMENTS AFFIDAVIT FORM
The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain
solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness,
responsibility and other determining factors and compliance with requirements may be evaluated. Attach any requested information.
Name of Proposer ’s Authorized Representative:
Title of Proposer ’s Authorized Representative:
Signature of Proposer ’s Authorized Representative:
Date:
1. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family
member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must
disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the
Proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member
(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers mus t also disclose the name of
any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its
affiliates
2. References & Past Performance. Proposer shall attach at least three (3) references for whom the Proposer has completed work
similar in size and nature as the work referenced in solicitation.
SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact
Individual Name & Title, 3) Address, 4) Telephone, 5) Contact’s Email and 6) Narrative on Scope of Services Provided.
3. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had
a contract cancelled due to non-performance by any public sector agency?
YES NO
SUBMITTAL REQUIREMENT: If answer to above is “YES,” Proposer shall submit a statement detailing the reasons that led to
action(s).
4. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City’s Campaign Finance Reform
laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all
applicable provisions of the City’s Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,
as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling
financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not
each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the
office of Mayor or City Commissioner for the City of Miami Beach.
5. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered
employees shall be paid the required living wage rates listed below:
1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health
care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits.
2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health
care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits.
3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health
care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits.
The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using
the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor’s Bureau
of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by
resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement
same (in a particular year).
Proposers’ failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at
its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and
fines, as provided in the City’s Living Wage Ordinance, as amended. Further information on the Living Wage requirement is
available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/
Any payroll request made by the City during the contract term shall be completed electronically via the City’s electronic compliance
portal, LCP Tracker (LCPTracker.net).
SUBMITTAL REQUIREMENT: Indicate below that Proposer agrees to the living wage requirement. Failure to agree shall result in
proposal disqualification.
YES NO
6. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited
contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more
calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business
with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide “Equal Benefits” to their
employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor’s employees located in the United
States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami
Beach.
• Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees?
YES NO
• Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to
domestic partners of employees?
YES NO
• Please check all benefits that apply to your answers above and list in the “other” section any additional benefi ts not already specified.
Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other
benefits are provided directly to the spouse or domestic partner, such as medical insurance.
BENEFIT Firm Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance
providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City
Manager, or his designee. Approval is not guaranteed and the City Manager’s decision is final. Further information on the Equal
Benefits requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-
procedures/
7. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution
2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as
the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on
behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these
states.
SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. Failure to
agree shall result in proposal disqualification.
YES NO
8. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation
which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer
having received solicitation through the City’s e-procurement system, PublicPurchase.com. However, Proposers are solely
responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of
Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to
obtain and acknowledge receipt of all addenda may result in proposal disqualification.
Initial to Confirm
Receipt
Initial to Confirm
Receipt
Initial to Confirm
Receipt
Addendum 1 Addendum 6 Addendum 11
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
[REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK]
APPENDIX B
________________________________________________________________________
“No Bid” Form
________________________________________________________________________
ITB 2020-121-AY
FOR ARMORED TRANSPORT SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Note: It is important for those vendors who have received notification of
this solicitation but have decided not to respond, to complete and submit
the attached “Statement of No Bid.” The “Statement of No Bid” provides
the City with information on how to improve the solicitation process.
Failure to submit a “Statement of No Bid” may result in not being notified
of future solicitations by the City.
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S) CHECKED AND/OR INDICATED BELOW:
Workload does not allow us to proposal
Insufficient time to respond
Specifications unclear or too restrictive
Unable to meet specifications
Unable to meet service requirements
___Unable to meet insurance requirements
Do not offer this product/service
OTHER. (Please specify)
________________________________________________________________
________________________________________________________________
________________________________________________________________
We do do not want to be retained on your mailing list for future proposals
of this type product and/or service.
Signature:___________________________________________________
Title:_____________________________________________________
Legal Company Name:____________________________________________
Note: Failure to respond, either by submitting a proposal or this completed form,
may result in your company being removed from our vendors list.
PLEASE RETURN TO:
CITY OF MIAMI BEACH
PROCUREMENT DEPARTMENT
ATTN: ARJU YUDASTO
PROPOSAL # 2020-121-AY
1755 MERIDIAN AVENUE, 3rd FLOOR
MIAMI BEACH, FL 33139
APPENDIX C
________________________________________________________________________
Minimum Requirements
and Specifications
________________________________________________________________________
ITB 2020-121-AY
FOR ARMORED TRANSPORT SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation
are listed below. Proposers that fail to comply with the minimum requirements shall be deemed
non-responsible and shall not have its bid considered.
- The successful bidder shall provide a minimum of two (2) trained armed and properly
licensed (Security Officer Class “D” and firearms license Class “G”) employees per truck.
Submittal Requirements: Provide proof of license from the Florida Department of
Agriculture and Consumer Services.
- Bidder must possess a Class “B” Security Agency License in the State of Florida for a
three year period.
Submittal Requirements: Provide proof of license from the Florida Department of
Agriculture and Consumer Services.
C2. Scope of Services.
Provide transportation services to protect the City of Miami Beach (the “City”) monies in transit from
Parking, Parks and Finance locations throughout the City in route to City’s bank for deposit.
C3. Locations. The successful bidder shall pick-up from the locations listed below as follows:
FACILITY ADDRESS PICK-UP
SCHEDULE
BILLS
(Approx.) COIN CHECKS AMOUNT
(Approx.)
Parking Department (Garages)
7TH Street
Garage (G1)
210 7 Street Three (3) days a
week (Saturday,
Sunday, and
Monday), Except
Christmas Day.
From 7:30 a.m to
10:30 a.m.
8 Bags
daily
Rarely N/A $6000 daily
17TH Street
Garage (G5)
640 17 Street Seven (7) days a
week, Except
Christmas Day.
From 7:30 a.m to
10:30 a.m.
8 Bags
daily
Rarely N/A $3000 daily
Anchor Garage
(G4)
1557
Washington
Ave
Seven (7) days a
week (Monday,
Thursday, Friday,
Saturday, and
Sunday), Except
Christmas Day.
From 7:30 a.m to
10:30 a.m.
8 Bags
daily
Rarely N/A $5000 daily
Coin Room 1755 Meridian
Ave
Five (5) days a
week (Monday
thru Friday),
From: 10:00 a.m.
to 11:30 a.m. and
12:30 p.m. to
1:00 p.m.
2 Bags
daily
(max 3 on
rare
occasions)
3 bags daily
(max 5 on
rare
occasions)
N/A $18,000 daily
Finance Department
City Hall 1700
Convention
Center Drive,
1st Floor
Five (5) days a
week, Monday
thru Friday. From
8:30 a.m. to
10:00 a.m.
1 Bag
daily
2 bags
monthly
$5,000 $9,700 daily
Customer
Service Center
1755 Meridian
Avenue, 1st
Floor, Suite 100
Five (5) days a
week, Monday
thru Friday. From
8:30 a.m. to
10:00 a.m.
1 Bag
daily
Rarely $5,000 $11,000 daily
Parks & Recreation
Miami Beach
Golf Club
Miami Beach
Golf Club: 2301
Alton Road
Two (2) days a
week, Tuesday
and Friday, From
10:30 a.m. to
4:00 p.m.
90% cash, 10% checks $25,000 / pick-
up
Normandy
Shores Golf
Club
Normandy
Shores Golf
Club: 2401
Biarritz Drive
Two (2) days a
week, Tuesday
and Friday, From
10:30 a.m. to
4:00 p.m.
90% cash, 10% checks $5,000 / pick-up
C4. Specifications
1. Certified signatures of each authorized collector and written notice of changes must be
furnished to each location listed above.
2. The City agrees to prepare and package each shipment in s ealed package(s) or
container(s) and mark it properly. The value of the contents must be legibly shown on the
outside of each package. The Contractor has the right to refuse a pick-up if any package is
not properly marked.
3. The cost of pick-up will be inclusive, if any, with set-up, fuel, or any other associated cost.
4. The contractor shall be responsible for the return of City supplied Deposit bags, cans or
packages. Any bag, can, or package not returned by the contractor shall either be replaced
by the contractor or the contractor shall reimburse the City at the current replacement cost.
a. The City utilizes 12” x 16” tamper evident bank bags for the Miami Beach Golf
Club, Normandy Shores Golf Club, City Hall Cashier and Customer Service Center
locations. The estimated annual usage is 1,000 bags. Vendor is resp onsible for
providing bank bags for these four locations whether at cost or at no charge. A
space is provided on the Cost Proposal form to price bank bags. If at no charge,
please indicate so in the form. The Garages do not use vendor supplied bags.
b. The contractor shall be responsible for the return of City supplied Deposit bags,
cans or packages. Any bag, can, or package not returned by the contractor shall
either be replaced by the contractor or the contractor shall reimburse the City at
the current replacement cost.
5. Bidders are required to provide change money transportation service upon request. The
City will request change money from SunTrust Bank, and this money will be transported
from the Bank to the location requesting change money on their regularly scheduled pick-
up. This service to be included in the cost of the regularly scheduled pick-up.
6. A secure, fire resistant vault – necessary to secure City funds overnight shall be provided.
APPENDIX D
________________________________________________________________________
Special Conditions
________________________________________________________________________
ITB 2020-121-AY
FOR ARMORED TRANSPORT SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1. TERM OF CONTRACT. This contract shall remain in effect for three (3) years from date of contract
execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the
sole discretion of the City Manager for an additional three (3), one (1) year periods, on a year-to-year basis.
Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will
be exercised, if at all, only when it is in the best interest of the City of Miami Beach.
In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-
month basis only and shall not constitute an implied renewal of the contract. Said month to month extension
shall be upon the same terms of the contract and at the compensation and payment provided herein, and
shall not exceed six (6) months.
2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. If the bidder is awarded a contract
under this bid solicitation, the prices quoted by the bidder on the Cost Proposal Form shall remain fixed and
firm during the term of this contract; provided, however, that the bidder may offer incentive discounts from
this fixed price to the City at any time during the contract term. The City is also interested in receiving bids
that include flexible pricing terms that provide the City with maximum options and flexibility as regulatory and
marketplace changes take place.
2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT. The contract may be extended at the sole
discretion of the City, through its City Manager, for three (3) additional one (1) year terms, if
mutually agreed upon by both parties. Prior to completion of each exercised contract term, the City
may consider an adjustment to price based on Consumer Price Index increase. Change shall not
be more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban
areas) computed 60 days prior to the anniversary date of the contract.
It is the Contractor’s responsibility to request any pricing adjustment under this provision. For any
adjustment to commence on the first day of any exercised option period, the Contractor’s request
for adjustment should be submitted 60 days prior to expiration of the then current contract term.
The Contractor’s adjustment request must clearly substantiate the requested increase. If no
adjustment request is received from the Contractor, the City will assume that the vendor has
agreed that the optional term may be exercised without pricing adjustment. Any adjustment request
received after the commencement of a new option period may not be considered.
The City of Miami Beach reserves the right to accept the renewal adjustment or to allow the
contract to terminate and re-advertise for bids, whichever is in the best interest of the City.
3. METHOD OF PAYMENT. The vendor shall submit an invoice to the City user department(s) that
requested the service through a purchase order. The date of the invoices shall not exceed thirty (30)
calendar days from the date service was provided. Under no circumstances shall the invoice be submitted to
the City in advance of the services being provided. In addition the invoice shall reference (or include a copy
of) the corresponding documentation (pick-up ticket number) that was signed by an authorized
representative of the City user department at the time the service was provided. Failure to submit invoices in
the prescribed manner will delay payment.
4. REPORTING REQUIREMENTS.
Copies of updated list of guards with pictures on a quarterly basis. If change in guards occurs, notification
must be within the month to Project Manager.
5. DELIVERY REQUIREMENTS.
The City utilizes SunTrust vault services. The deposits must be delivered to SunTrust vault located at 5575
NW 87 Avenue, Miami, FL 33178 the day of the pick-up.
5.1. CANCELLATION OF DELIVERY. Although the City has identified the scheduled pick-up times
and locations, there may be instances where a scheduled delivery is not required. If this occurs,
the City will notify the Contractor one day prior to scheduled delivery of the cancellation.
5.1.1. COIN ROOM. In case of an emergency that a pickup delivery needs to be cancelled
for the coin room location, the City may notify the Contractor the day of scheduled
delivery.
6. WARRANTY/GUARANTEE REQUIREMENTS.
The Successful contractor is liable for packages and monies upon signing a receipt for such items, and
giving that receipt to a designated authorized City representative.
7. ADDITION/DELETION OF FACILITIES. Although this Solicitation identifies specific facilities to be
serviced, it is hereby agreed and understood that any department or facility may be added/deleted to/from
this contract at the option of the City. When an addition to the contract is required, successful bidder shall
submit a cost proposal according to the rate per pick-up submitted on the bid form for these new facilities.
8. ADDITIONAL DOCUMENTATION. Copies of required licenses for both bidder (Class “B” Security
Agency), and Bidder’s employees servicing City of Miami Beach account (Security Officer Class “D” and
firearms license Class “G”). List of a minimum of ten (10) armored vehicles and employ a minimum of twenty
(20) employees.
Letter detailing the Bidder’s capability to provide the services as outlined in this Invitation to Bid, including
but not limited to number of employees and number of vehicles owned, office location, operating hours, and
qualifications of Bidder’s personnel that will be assigned to work on the City’s account (title, years of
experience, etc).
APPENDIX E
________________________________________________________________________
Cost Proposal Form
________________________________________________________________________
ITB 2020-121-AY
FOR ARMORED TRANSPORT SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
APPENDIX E
COST PROPOSAL FORM
Failure to submit Appendix E, Cost Proposal Form, in its entirety and fully executed by the deadline established
for the receipt of proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in
full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form
(Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E)
completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form
(Appendix E) shall be initialed.
Item Description
Est.
Quantity U / M Unit Cost Total
(Quantity_X_Unit_Cost)
1 Cost per pick-up (Monday-Friday) 2460 Each $ $
2
Cost per pick-up (After Hours, Weekend and
Holidays) 680 Each $ $
3
12”x16” tamper evident bag (indicate cost if
any) 1000 Each $ $
TOTAL
*cost of pick-up will be inclusive, if any, with set-up, fuel, or any other associated cost*
Bidder's Affirmation
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative’s Signature:
APPENDIX F
________________________________________________________________________
Insurance Requirements
________________________________________________________________________
ITB 2020-121-AY
FOR ARMORED TRANSPORT SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to
maintain throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for
bodily injury property damage to include Premises/ Operations; Products, Completed Operations and
Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement
exactly as written in "insurance requirements" of specifications).
XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included.
____ 4. Excess Liability - $_________.00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the
certificate.
____ 6. Other Insurance as indicated:
___ Builders Risk completed value $________.00
___ Liquor Liability $________.00
___ Fire Legal Liability $________.00
___ Protection and Indemnity $________.00
___ Employee Dishonesty Bond $________.00
___ Other $________.00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the proposal number and title
Waiver of Subrogation: Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which
any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under
such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of
subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of
subrogation endorsement from the insurer.
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject
to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.
Attachment C
Sunbiz and Proposal
4/1/2020 Detail by FEI/EIN Number
search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=320339287F11000…1/2
Department of State / Division of Corporations / Search Records / Detail By Document Number /
Document Number
FEI/EIN Number
Date Filed
State
Status
Last Event
Event Date Filed
Event Effective Date
Detail by FEI/EIN Number
Foreign Profit Corporation
GLOVAL INC.
Filing Information
F11000004207
32-0339287
10/18/2011
DE
ACTIVE
AMENDMENT
01/23/2012
NONE
Principal Address
11330 N.W. 36TH TERRACE
MIAMI, FL 33178
Mailing Address
11330 N.W. 36TH TERRACE
MIAMI, FL 33178
Registered Agent Name & Address
Perez, Enrique
11330 N.W. 36TH TERRACE
MIAMI, FL 33178
Name Changed: 04/27/2018
Address Changed: 04/27/2018
Officer/Director Detail
Name & Address
Title VP
PEREZ, ENRIQUE
11330 NW 36TH TERRACE
MIAMI, FL 33178
Title Director
Gargollo, Francisco
11330 N W 36TH TERRACE
D
4/1/2020 Detail by FEI/EIN Number
search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=320339287F11000…2/2
11330 N.W. 36TH TERRACE
MIAMI, FL 33178
Title Director
Arturo Salinas , Jorge
11330 N.W. 36TH TERRACE
MIAMI, FL 33178
Title Director
Zapata, Rodolfo
11330 N.W. 36TH TERRACE
MIAMI, FL 33178
Annual Reports
Report Year Filed Date
2018 04/27/2018
2018 06/19/2018
2019 04/01/2019
Document Images
04/01/2019 -- ANNUAL REPORT View image in PDF format
06/19/2018 -- AMENDED ANNUAL REPORT View image in PDF format
04/27/2018 -- ANNUAL REPORT View image in PDF format
04/28/2017 -- ANNUAL REPORT View image in PDF format
02/13/2017 -- Off/Dir Resignation View image in PDF format
09/06/2016 -- AMENDED ANNUAL REPORT View image in PDF format
01/11/2016 -- ANNUAL REPORT View image in PDF format
06/10/2015 -- AMENDED ANNUAL REPORT View image in PDF format
03/30/2015 -- AMENDED ANNUAL REPORT View image in PDF format
02/27/2015 -- ANNUAL REPORT View image in PDF format
06/02/2014 -- AMENDED ANNUAL REPORT View image in PDF format
04/22/2014 -- AMENDED ANNUAL REPORT View image in PDF format
02/07/2014 -- ANNUAL REPORT View image in PDF format
04/26/2013 -- ANNUAL REPORT View image in PDF format
04/25/2012 -- ANNUAL REPORT View image in PDF format
01/23/2012 -- Amendment View image in PDF format
10/18/2011 -- Foreign Profit View image in PDF format
Florida Department of State, Division of Corporations