C2B-Award Contract ITB No 2014-002 Armored Car ServicesCOMMISSION ITEM SUMMARY
Condensed Title:
Request For Approval To Award A Contract To Transvalue, Inc. Pursuant To Invitation To Bid (ITB) No.
2014-002 For Armored Car Services.
orted:
Supporting Data (Surveys, Environmental Scan, etc.):
Issue:
I Shall the City Commission approve the award of Contract?
Item Summary/Recommendation:
The purpose of this item is to approve a contract for armored car services pursuant to ITB 2014-002-
MF. 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.
13 vendors were notified and downloaded the solicitation. Two (2) responses were received in
response to the solicitation. After review of bids received, the City recommends award to the lowest
responsive, responsible bidder, Transvalue, Inc.
RECOMMENDATION
Award contract to Transvalue, Inc., the lowest responsive, responsible bidder, for an initial term of three
years, with three one-year optional renewals, as stipulated in the ITB.
Advisory Board Recommendation:
IN/A
Financial Information:
Source of Amount Account
Funds: 1 $7,000.00 Parking Department Account No. 480-0462-000325
~ 2 $6,000.00 Parking Department Account No. 142-6976-000325
3 $6,000.00 Parking Department Account No. 463-1990-000325
4 $24,000.00 Parking Department Account No. 480-0463-000325
5 $4,680.00 Finance Department Account No. 011-0362-000343
OBPI 6 $2,340.00 Miami Beach Golf Club Account No. 011-0970-
000343
7 $2,340.00 Normandy Shores Golf Club Account No. 011-0975-
000343
Total $52,360.00
Financial Impact Summary: The annual cost associated with armored car services to funds
availability approved through the annual budgeting process. Account information and availability of
funds shall be verified and approved for each request prior to procuring the services. The funding and
accounts noted above are the FY 2014 budget amounts approved by Commission.
City Clerk's Office Legislative Tracking:
Alex Denis, Director Ext # 6641
MIAMI BEACH
63
er
AGENDA ITEM _C._:Z._B----,;-;:-
DATE /-/5-/CJ
MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
COMMISSION MEMORANDUM
TO: Mayor Philip Levine and Members o the C~y clm_~.,;on
Jimmy L. Morales, City Manager ~ FROM:
DATE: January 15, 2014
SUBJECT: REQUEST FOR APPROVAL TO AWA D A CONTRACT PURSUANT TO INVITATION
TO BID (ITB) NO. 2014-002 FOR ARM RED CAR SERVICES
ADMINISTRATION RECOMMENDATION
Approve the award of the contract.
KEY INTENDED OUTCOME
Strengthen internal controls.
FUNDING
The annual cost associated with Armored Car Services is subject to funds availability
approved through the annual budgeting process. Account information and availability of
funds shall be verified and approved for each request prior to procuring the services. The
funding and accounts noted below are the FY 2014 budget amounts approved by
Commission.
$7,000.00
$6,000.00
$6,000.00
$24,000.00
$4,680.00
$2,340.00
$2,340.00
$52,360.00
Parking Department Account No. 480-0462-000325
Parking Department Account No. 142-6976-000325
Parking Department Account No. 463-1990-000325
Parking Department Account No. 480-0463-000325
Finance Department Account No. 011-0362-000343
Miami Beach Golf Club Account No. 011-0970-000343
Normandy Shores Golf Club Account No. 011-0975-000343
Total
Should additional funding be required due to increased need of services, it will be subject to
the review and approval of the Office of Budget and Performance Improvement (OBPI).
BACKGROUND INFORMATION
The purpose of Invitation to Bid (ITB) No. 2014-002 is to establish a contract, by means of
sealed bids, with a qualified firm(s) to provide armored car services to protect the City of
Miami Beach (the "City") property and monies in transport from one location to another for
the Parking, Parks and Finance Departments.
The contract(s) entered into with the successful bidder(s) shall remain in effect for three (3)
years. The price offered by the Bidder in its Bid Proposal shall be fixed for the original three
(3) year term. The City, through its City Manager, shall have the option to renew this contract
for an additional three (3) one-year periods on a year-to-year basis. Prior to completion of
each exercised contract term, the City may consider an adjustment to price based on
changes in the applicable CPI-U index.
64
Commission Memorandum
ITB 2014-002 Armored Car Services
January 15, 2014
Pago 12
ITB PROCESS
ITB No. 2014-002, was issued on October 11, 2013, with a bid opening date of November 6,
2013. A total of four (4) addendums were issued, to answer to questions submitted by
prospective bidders, thus postponing the bid opening date to November 17, 2013. The
Public Group issued bid notices and nine (9) prospective bidders accessed the advertised
solicitation. Additionally, the Department of Procurement Management sent the ITB
document to four (4) firms. The notices resulted in the receipt of the following two (2) bids:
• Transvalue, Inc.
• Loomis Armored US, LLC
Brinks and Dunbar submitted "No Bid" responses due to some of the City's requirement
stated within the ITB, including same day delivery of collected monies to the City's bank.
Loomis Armored US, LLC's bid, aside from being significantly higher than the bid from
Transvalue, was deemed non-responsive due to a list of contract exceptions submitted by
Loomis, including pricing and rate adjustments language and contract terms that did not
comply with the bid requirements.
The ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions,
and specifications of the ITB will be recommended for award. Veterans and local
preferences were considered during the tabulation of the bids received. Please note that
neither veteran nor local preference was applied to any of the bidders.
The sole responsive bid received from Transvalue, Inc. was deemed responsive to the bid
requirements. In determining responsiveness and responsibility of the sole responsive
bidder, the Department of Procurement Management verified the following:
• Minimum Requirements
Transvalue, Inc. possesses a Class "8" Security Agency License in the State of Florida
for a three (3) year period, owns at least 10 vehicles and employs more than 20
employees.
• Financial Capacity
D&B Report was obtained indicating Transvalue, Inc. has a low supplier evaluation risk
rating.
• Past Performance
Transvalue has provided armored car services to the City for the past four (4) years. All
three (3) Departments serviced by Transvalue have provided positive feedback
regarding Transvalue's performance under the current contract. Other references
contacted provided a positive review.
65
Commission Memorandum
ITB 2014-002 Armored Car Services
January 15, 2014
Pago 13
DPM benchmarked the price received from Transvalue, Inc. with pricing offered to Miami-
Dade County by Dunbar pursuant to contract 6092-0/14. The following table shows the
comparison:
Transvalue Dunbar
Item Description ITS 2014-002 MD County
1
Cost per pick-up Monday-Friday
$17.00 $18.05
Cost per pickup (After Hours,
2 Weekend and Holidays $17.00 Not available
Pricing received from Transvalue, Inc. in response to the ITB and estimated annual amounts
is included in Appendix A.
Based on the above, it is recommended that Transvalue be awarded the contract.
Transvalue. Inc.
TransValue, Inc. was founded in 1992 in Miami. The company has satisfactorily provided the
City of Miami Beach armored car services since 2009. Their customers include both private
and government agencies, including Global Spectrum (Miami Beach Convention Center},
Office of Veterans Affairs, Broward County and the Federal Reserve Bank among others.
CITY MANAGER'S REVIEW
After considering the review and recommendation of City staff, the City Manager exercised
his due diligence and is recommending to the Mayor and the City Commission to award a
contract to Transvalue, Inc.
CONCLUSION
Based on the aforementioned, the Administration recommends that the Mayor and City
Commission award a contract pursuant to Invitation to Bid (ITB) No. 2014-002 for Armored
Car Services to Transvalue, Inc. in the amount of $52,360.
T:IAGENDA\2014\January\ITB 2014-002-MF Armored Car Services -MEMO.doc
66
en ........ APPENDIX A-TABULA TED RESULTS ITB-2014-002 AMORED CAR SERVICES Item Description 1 Cost per pick-up Monday-Friday Cost per pickup (After Hours, 2 Weekend and Holidays 3 One time set-up cost if any 12"x16" tamper evident bag 4 (indicate cost if any) Total1-4 Quantities shown are estimated. Annual Estimated Pick-ups 2,460 680 1 1,000 TRANSVALUE, INC. LOOMIS ARMORED US U/M Unit cost Total Unit cost Total each $17.00 $41,820.00 $55.00 $135,300.00 each $17.00 $11,560.00 $49.00 $33,320.00 each $0.00 $0.00 $0.00 $0.00 each $0.32 $320.00 $0.60 $600.00 $53,700.00 $169,220.00
THIS PAGE INTENTIONALLY LEFT BLANK
68