Loading...
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