C7M-Accept Recomm -Issue RFP Provide Installation And Operation Of Citywide ATMGondensed Title:
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,
FLORIDA, ACCEPTING THE RECOMMENDATION OF THE FINANCE AND CITYWIDE
PROJECTS COMMITTEE TO ISSUE A REQUEST FOR PROPOSALS (RFp) 2015-178-WG, TO
PROVIDE FOR THE INSTALLATION AND OPERATION OF CITYWIDE AUTOMATED TELLER
MACHINES (ATM) AT VARIOUS CITY.OWNED FACILITIES.
COMMISSION ITEM SUMMARY
At its March 11, 2015, meeting, the Finance and Cityruide Projects Committee recommended
releasing an RFP for qualified companies to bid on placement of ATM machines throughout the City.
The City of Miami Beach, as a benefit to its visitors and City residents, is seeking approval to issue
the aforementioned RFP to seek proposals from qualified firms to provide for the installation,
operation, maintenance, and management of automated teller machines (ATM) to be located at
various City-owned facilities. The RFP is also intended to be revenue generating and should not
create any operational costs for the City.
CITY MANAGER'S RECOMMENDATION
fhe City Manager recommends that the Mayor and City Commission of the City of Miami Beach,
Florida, approve the resolution accepting the recommendation of the Finance and Citywide Projects
Committee, authorizing the issuance of RFP 2015-178-WG for the lnstallation and Operation of
Citywide Automated Teller Machines (ATM) at Various City Owned Facilities.
lntended Outcome Su
Item Summary/Recommendation :
Build And Maintain Priority Infrastructure With Full Accountabilit
Supporting Data (Surveys, Environmental Scan, etc.): N/A
The Finance and Citywide Projects Committee recommends that the Mayor and City Commission of
the City of Miami Beach, Florida, authorize the issuance of RFP 2015-178-WG for the installation
of Citwvide automated teller machines (ATM) at various Citv owned facilities.
Financial I nformation:
Financial lmpact Summary: Revenue Generating.
islative Tracki
Alex Denis, Director Ext # 6641
n-Offs:
Department Director Assist6nt Citv Manaqer Gity Me aqer
AD, -,q]" M slIL"KB '/44r' Mr_JtM t L
T:\AGENDA\2015\Mii'y\PROCUREMENT\RFP 2015-178-WG lnstallation and Operation of Citywide Automated Tfller fflachines (ATM) at
Various City Owned Facilities.-ISSUANCE SUMMARY.doo \ I\/
AGENBA ITEAI
BA?g
c7M
f'(^'t{# nAIAntAIfiTACH 320
MIAMIBEACH
City of Miomi Beoch, i700 Convention Center Drive, Miomi Beoch, Florido 331 39, www.miomibeochfl.gov
COMMISSION MEMORANDUM
TO: Mayor Philip Levine and Members
FROM: Jimmy L. Morales, City Manager
DATE: May 6, 2015
the City
OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF
THE FINANCE AND CITYWIDE PROJECTS COMMITTEE TO ISSUE A
REQUEST FOR PROPOSALS (RFp) 2015-178-WG, TO PROVIDE THE
INSTALLATION AND OPERATION OF CITYWIDE AUTOMATED TELLER
MACHTNES (ATM) AT VARTOUS Ctry-OWNED FAC!L!T|ES.
ADM!NISTRATION RECOMMENDATION
Authorize the issuance of the RFP.
BACKGROUND
At its March 11, 2015, meeting, the Finance and Citywide Projects Committee
recommended releasing an RFP for qualified companies to bid on placement of ATM
machines throughout the City.
The City of Miami Beach, as a benefit to its visitors and City residents, is seeking
approval to issue the aforementioned RFP to seek proposals from qualified firms to
provide for the installation, operation, maintenance and management of automated teller
machines (ATM) to be located at various City-owned facilities. The RFP is also intended
to be revenue generating and should not create any operational costs for the City.
ln developing the list of location appropriate for an ATM machine, staff determined that it
would be feasible to include Historic City Hall, City Hall the Miami Beach Convention
Center, Colony Theater, Scott Rakow Youth Center, North Shore Recreation and Tennis
Center, Flamingo Park Tennis Center, Miami Beach Golf Club and Normandy Golf Club.
Additionally, several parking garages were also included. However, based on
discussion with the Parking Department and Police Department, and given the potential
for theft, garages were selected only if they had elevator lobby vestibules that were well
lit. Therefore, the following garages were excluded:
. 12 Street Garage,. 13th Street Garage,. 17th Street Garage, ando Pennsylvania Garage.
SCOPE OF SERVICES
The successful proposer(s) will be responsible for providing, installing, operating,
maintaining and managing the Automated Teller Machines.
321
City Commission Memorandum - RFP for lnstallation, Operation, Maintenance, and Management of
Automated Teller Machines (ATM) at Vaious City-owned Facilities
May 6,2015
Page 2 of 2
OTHER RFP REQUIREMENTS
o MINIMUM QUALIFIGATIONS. Please Reference, Appendix C, RFP 2015-
178-WG for lnstallation and Operation of Automated Teller Machines (ATM)
at Various City-owned Facilities (attached).
o SUBMITTAL REQUIREMENTS. Please Reference Section 030 RFP 2015-
178-WG for lnstallation and Operation of Automated Teller Machines (ATM)
at Various City-owned Facilities (attached).
o CRITERIA FOR EVALUATION. Please Reference Section 0400, RFP 2015-
178-WG for lnstallation and Operation of Automated Teller Machines (ATM)
at Various City-owned Facilities (attached).
CONCLUSION
The City Manager recommends that the Mayor and City Commission of the City of Miami
Beach, Florida, approve the resolution accepting the recommendation of the Finance
and Citywide Projects Committee, authorizing the issuance of RFP 2015-178-WG for the
lnstallation and Operation of Citywide Automated Teller Machines (ATM) at Various City
Owned Facilities.
o ATTACHMENTS
RFP 2015-178-WG for lnstallation and Operation of Automated Teller
a$/achines (ATM) at Various City-owned Facilities.(t
4b
JLM / K8// SF / AD
T:\AGENOAf20'1s\May\PROCUREMENT\RFP 2015-178-WG lnstallation and Operation of Automated Teller Machines (ATM) at Various City{Med Facilities.-
ISSUANCE MEMO.doc
Page 2 of 2
322
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEAGH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE
FINANCE AND CITYWIDE PROJECTS GOMMITTEE TO ISSUE REQUEST
FOR PROPOSALS (RFP) 2015-178.WG, TO PROVIDE THE INSTALLATION
AND OPERATION OF CITYWIDE AUTOMATED TELLER MAGHINES (ATM)
AT VARIOUS CITY.OWNED FACILITIES.
WHEREAS, on March 11,2015, the City Commission of Miami Beach, Florida, referred
to the Finance and Citywide Projects Committee (the Committee) for discussion regarding the
issuance of a solicitation for the placement of automated teller machines on City property:
WHEREAS, the Committee convened on April 8, 2015 to discuss issuance of a
solicitation for ATMs on City property; and
WHEREAS, pursuant to the Committee's recommendation, the City Manager, requests
authorization for the Administration to issue an RFP for the installation and operation of Citywide
automated teller machines at various City-owned properties and facilities.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission hereby accept the recommendation of the Finance and Citywide Projects
Committee to issue Request for Proposals (RFP) 2015-178-WG, to provide the installation and
operation of Citywide automated teller machines (ATM) at various City-owned facilities.
PASSED AND ADOPTED this
ATTEST:
day of 2015.
Rafael E. Granado, City Clerk Philip Levine, Mayor
T:\Agandauo15\May 6\RFP 2015-178-WG Operation and lnstallation of Citywide Automated Teller Machines at Various City-omed Facilities - Reso.doc
'iffi3ffitl&'
t\*
323
REQUEST FOR PROPOSALS (RFP)
INSTALLATION AND OPERATION OF CITYWIDE AUTOMATED TELLER
MACHTNES (ATM) AT VARTOUS C|TY-OWNED pROpERTtES AND
FACILITIES
,..i,1i..,,,
" ""'.t't
ii'
2015-178-WG ," "'\',,.r,,.
:::::\,
. .. t'
RFP ISSUANCE DATE: MAY 6,2015
PROP-OSAL$DUE: JUNE 3,2015 @,3:0:0 PM
r:. ::1:.::.:::. : :,i ,l
ISSUED BY: WILLIAM GARVISO, CPPB
# &AIAflAIBEACH
WILLIAM GARVISO, PROCUREMENT COORDINATOR
PROCU REMENT DEPARTMENT
1740 Convention Center Drive, 3'd Floor, Miomi Beoch, FL 33-l 39
305.673.7000 X6650 | www.miomibeochfl.gov
324
g AAIAfu\IBTACH
TABLE OF CONTENTS
SOLIGITATION SECTIONS:
OlOO NOT UTILIZED
O2OO INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS
O3OO SUBMITTAL INSTRUCTIONS & FORMAT
O4OO PROPOSAL EVALUATION
APPENDICES:
APPENDIX A
APPENDIX B
APPENDIX C
APPENDIX D
APPENDIX E
APPENDIX F
PAGE
N/A
RFP 20I5IZBWG Poge 2
325
&MiAfu\IBTACH
sEcTtoN 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS
1. GENERAL. This Request for Proposals (RFP) 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
"proposal") 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, cotrditiors and obligations of the
Proposers and, subsequently, the successful Proposer(s) (the "contractor[s] ) if this RFP results in an award.
The City utilizes PublicPurchase (www.publicpurchase.mm) for autom#=hotmiaton of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to :this RFP. Any prospective
Proposerwho has received this RFP by any means otherthan througfPublicPurchiien!$t register immediately
with PublicPurchase to assure it receives any addendum issued to this RFP. Failure io*ceive an addendum
may result in disqualification of proposal submitted.
the installation,
4. PROCUREMENT'CONTACT. Afi$questions orclarifications concerning this solicitation shall be submitted to the
Procurement Contact noted below:
Procurement Contact:
William Garviso
Additionally, the City Clerk is to be copied on all communications via email at: RafaelGranado@miamibeachfl.qov ;
or facsimile: 786-394-4 1 88.
The Bid title/number shall be referenced on all correspondence, All questions or requests for clarification 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 io questions/clarifications will be sent to all prospective Proposers in the form of an addendum.
Telephone:
305.673.7000 x6650
Email:
williamgarviso@miamibeachfl .gov
3.ETABLE. The tentative schedule foi$ii:so[citation is as''$IkdWs:
RFP lssued M?Y,-"6,,,2,,Q.,,,1,. ...-
P.19.f
19,.q,9
s a t M eeti n g #ay',13,2,0,15,, ;
t$tipy,l-f ,:lQl$
June 3, 2015 @ 3:00 PM
TBD
!.
TBD
TBD
Contnct Negbtiations Following Commission Approval
RFP 20I5-IZBWG Poge 3
326
C /VllAMlBfACH
5. PRE'PROPOSAL MEETING 0R SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or
site visit(s) may be scheduled.
A Pre-Proposal conference will be held as scheduled in Solicitation Timeline above at the following address:
City of Miami Beach
City Hall - 4ttr Floor
City Manage/s
",t-Srgg
Conference Room
1700 Convention Center Drive
Miami Beach, Florida 33139
::::.:::=1:.1':i:::.
as. source
mandatory, Proposers interested in participating in the pre-proposal
these steps:
i6ii'j[[ggting
(1) Dialthe TELEPHONE NUMBER: 1- 888-270-9936 (Toil-free
(2) Enter the MEETING NUMBER: 5804578
of information, but is not
via telephone must follow
Attendance (in person or via telephone) is encouraged and recommended
Proposers who are interested in participating via telephon
RFP expressing their intent to participate via telephone.
You =iewhich fuay
.\
questions received by prospective
any information received at pre-
t=5'b binding and may supersede
of communicatig=n=s=$,tne protuiem=ffiifii'6tei;==A.q,pffi administrative staff responsible for administering the
procuremenf p,ioees$ar tliisglicitati6'$+roviding said'communication is limited to matters of process or procedure
listed in this
following
website:
regarding.,.the_ solicitation, Communicat{onEr regqrding this solicitation are to be submitted in writing to the
Procure ent Contact named h with a=@ to the City Clerk at RafaelGranado@miamibeachfl,gov.
*:i
herUby advised thatbe found on
to the
Beach
this
the
. C0NE OF SlLENCE..... :.ii...-.,,.,,,..,,,,..... PROTEST PROCEDURES...:...:........,,..... DEBARMENT PROCEEDINGS. LOBBYIST REGISTMTION AND DISCLOSURE OF FEES..... CAMPAIGN CONTRIBUTIONS BY VENDORS. CAMPAIGN CONTRIBUTIONS BY LOBBYISTS 0N PROCUREMENT
rssuES...........
o REQUIREMENT FOR CIIY CONTMCTORS T0 PROVIDE EOUAL
BENEFITS FOR DOMESTIC PARTNERS.,.,,.
. tlVlflG WAGE REQU|REMENT,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
o PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND
CONTROLLED BY VETEMNS AND TO STATE.CERTIFIED SERVICE-
DISABLED VETEMN BUSINESS ENTERPRISES.
solicitation is subject
City Of Miami
CITY CODE SECTION 2486
CITY CODE SECTION 2-371
CITY CODE SECTIONS 2.397 THROUGH 2-485.3
CITY CODE SECTIONS 2481 THROUGH 2.406
CITY CODE SECTION 2487
CITY CODE SECTION 2488
CITY CODE SECTION 2-373
EITY CODE SECTIOI'IS 2 107 THROUGH 2 410
CITY CODE SECTION 2.374
7. CONE OF SILENCE. Pursu"arlki-tqs;,9..,rg.gtion 2-486 of itre City CoO., ,if procurement solicitations once advertised
and until an award recommendatiori:has-been fonrvarded to the City Commission by the City Manager are under the"Cone of Silenef J. Thdffi Cone sf :.- Silence ordinance is available at
http:/ilibrary.municode.cdfifi'fldex.aspx?cffitlD='13097&statetD=9&statename=Florida. Any communication or
inquiry in reference to this solioit i
RFP 2015-t 78-WG Poge 4
327
&AAIAI'AINTACH
a
t
FALSE CLAIMS ORDINANCE CITY CODE SECTION 7O-3OO
CITY CODE SECTION 2.449ACCEPTANCE OF GIFTS, FAVORS & SERVICES
9. POSTPONEMENT OF DUE DATE FOR RECEIPT 0F PROPOSALS. The City reserves the right to postpone the
deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written
notice of any such postponement to all prospective Proposers through PublicPurchase.
10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the proposal
due date in accordance with City Code Section 2-371, which establishes proceduregfor protested proposals and
proposed awards. Protests not submitted in a timely manner pursuant to the requiremenls of City Code Section 2-
371 shall be barred,
-*,*i't$$,'*\g
11. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to*ffi of Mi$ti1*Beach Ordinance N0. 2011-
3748, the City shall give a five (S) point preterence to a responsive, an4*iesponsfOie- eroposer which is a small
business concern owned and controlled by a veteran(s) or which,is, a iervicddisabled veteran business enterprise.
12. DETERMINATION OF AWARD. The final ranking resuttS. i Step 1 & 2 outlined in S3'-i ,g,,[.valuation of
Proposals, will be considered by the City Manager who may rebommend to ttre City Commission"the Propose(s)
he/she deems to be in the best interest of the City or may recommend rejection of all proposals. Tfie City Manage/s
recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami
BeachCityCodeSection2-369,incIudingthefolffigconsiderations:
(1)The ability, capacity and skillof t[r'e Proposerto perform the contract.
(2) Whether the Proposer can perfo.rmithe contr"qct within the time ipecified, without delay or
interference, "Hr,i,
(3) The character, iniegrity, reputation, judgm.ent,'ei'ieEe,Ap d efficiency of the Proposer.
(4) The quality of performance of previous contracts. i
(5) The previous and existing compliance by the Proposer with laws and ordinances relating to the
contract. i1",. . rThe City Commission shatl consider the City ManS'$ei's recommendation and may approve such
recommendation. T-[e City CommiSsion'may also$,its option, reject the City Manager's recommendation and
select another.Pl doiProposals which ii Oeemilo be in the best interest of the City, or it may also reject all
Proposals..ppbn approVal 0f sqlection !i lhe City Commission, negotiations between the City and the selected
Propos# willtake place to=aBffe at a niutiially acceptable Agreement.
:::::::::::t ::: .: :
t:,_!f l'..
The City miff]flard up to three vendors (primary, secondary, teilary), as available, by line item, by group or in its
entirety, The Ctty will endeavor to,qr-tilize vendors in order of award. However, the City may utilize other vendors in
the event that 1) h$nt1_act vendoflis not or is unable to be in compliance with any contract or delivery requirement;
2) it is in the best inteieS$oJ th?,,,...q t0 do so regardless of reason.
,,,,1
13. ACCEPTANCE OR R_EJECTION OF PROPOSALS. The City reserves the right to reject any or all proposals
prior to award. Reasonable efforts will be made to either award the Contract or relect all proposals within one-
hundred twenty (120) calendar days after proposals opening date. A Proposer may not withdraw its proposals
unilaterally before the expiration of one hundred and twenty (120) calendar days from the date of proposals opening.
14. PROPOSER'S RESPONSIBILITY. Before submitting a Proposal, each Proposer shall be solely responsible for
making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions
and requirements affecting the full performance of the contract. lgnorance of such conditions and requirements,
and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any
RFP 20I5-I7B-WG Poge 5
328
&fulIAMIBTACH
obligation to comply with every detail and with all provisions and requirements of the contract, and will not be
accepted as a basis for any subsequent claim whatsoever for any monetary consideration on ihe part of the
Proposer.
15. COSTS INCURRED BY PROPOSERS. All expenses involved with the preparation and submission of Proposals,
or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and
expense) of the Proposer, and shall not be reimbursed by the City.
1u. MlulAntru. Hroposers are expected t0 examine the te.rih\, conditions, specificationdi;ffiivery schedules,
proposed pricing, and all instructions pertaining to the goodscand.services ielativeto this RFP, fiitureto do so will
be at the Proposer's risk and may result in the Proposal
16. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby,:rcknowledge and agree, that
the successful Proposer is considered to be an independent contractor, and thdi.:'iit her the eropose[ nor the
Proposer's employees, agents, and/or contractors, shall, under any circums-tances, be considered employees or
..:::l iii;t+ir;agents of the City.
. e ' ,. ,"t,
17. TAXES. The City of Miami Beach is exempt from all Federal Exc[sp,,p.ndlate taxdSl;.
=..i'iittl-
*%n
:','-. -18. MISTAKES. Proposers are expected to examine the teffi, conditions, specificatiohil Oe^tivery schedules,
19. PAYMENT. Payment will be made by the City after the goods ffi$'i}.ft1pes have been received, inspected, and
found to comply with contract, specifications, free of damage or defect,YfiEjere properly invoiced. Invoices must be
20. PATENTS & ROYALTIES. Proposer snatt inoem-iry ,naid$6'nrrmless tneEii1l of Miami Beach, Ftorida, and its
officers, employees, contractors, and/or agents, from tiability qf=an, nai[.qe=oL kihd, including cost and expenses for,
19. PAYMENT. Payment will be made by the City after the goods ffi$'f!.,ft1pes have been received, inspected, and
experienced,'eQrtified, and licensed in all areas encompassed within their designated duties. Proposer agrees to
furnish to the iiiy=anY and all documentation, certificaiion, authorization, licenie, permit, or registration Jurrently
required by applicablq,!,q,...W-s, rules, and regulations. Proposer further certifies that it and its employees will keep ail
licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulitions in full force
and effect during the term of this conkact. Failure of Proposer to comply with this paragrafh shall constitute a
material breach of this contract.
Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or
services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation
and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies wlth alt
applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the
Proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws.
22. SPECIAL COND|TIONS. Any and all Special Conditions that may vary from these General Terms and
or on account of, any copyright*, patented, or unpatented invention, procesi, or article manufactured or used in the
performance of the contract, inCi[riling:r$ use by the City of Miami Beach, Florida. lf the Proposer uses any design,
device or materials covgpji5l letters, dEAt, or copyright, it is mutually understood and agreed, without eiception,
that the proposal priceS'sl'rbll intlV"d. all royalties or cost arising from the use of such design, device, or materials in
any way involved in the work. ' '- .. "Sl,*
#;
.,;lr:;,:;:::::::,,:::',i,r=,. -t:,,::::.:,?i.l!ill +-fl11:;1;;";tt:....=.'!-1$;;.i
21. MANNER dF'PERFqRIVIANCE. P;dop-q er agreeii5 perform its duties and obligations in a professional manner
and in aceordance with all applicable toCattrp.lgte,County, and Federal laws, rules, regulations and codes. Lack of
knowled$'0,or ignorance by the Proposefl=ry.,..1$lof applicable laws will in no way ie a cause for relief from
responsibility' Ppposer agrees that the services provided shall be provided by employees that are educated, trained,
RFP 2OI5-I Z8.WG Poge 6
329
ID MIAfu{IBTACI-j
Conditions shall have precedence.
23. ANTI-DISCRIMlNAT|0N. The Proposer certifies that he/she is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal
employment opportunity for all persons without regard to race, color, religion, sex or national origin.
24. DEMONSTRATION OF COMPETENCY.
A. Pre.award inspection of the Proposer's facility may be made prior to the award of contract.
B. Proposals will only be considered from firms which are regularly engaged in,,the business of providing the
goods and/or services as described in this solicitation, ::1
C. Proposers must be able to demonstrate a good record of performance=$a reasonable period of time, and
have sufficient financial capacity, equipment, and organization to ensu hdtthey can satisfactorily perform the
services if awarded a contract under the terms and conditions of this solicitationi i, ,,=
D. The terms "equipment and organization", as used herein sh.,.4,,,Ll;1..pd nstrued to' n a fully equipped and
well established company in line with the best business practi$in the industry, and:'aSdetermined by the City
of Miami Beach. l
E. The City may consider any evidence available regarding thp financial, technical, and other qualifications and
abilities of a Proposer, including past performance (experiencej+ makiffiian award that is in the best interest of
the City, ",1.,,
F, The City may require Proposers to show proof that they have b'ffifi signated as authorized representatives
of a manufacturer or supplier, which is the actual source of supply, fh ihbse instances, the City may also require
material inforrnation from the source of sup0-jy;i'6gqrding the quality, packaging, and characteristics of the
products to be supplied to the City. '
.._.,,;i:..ji:lilrr.. rfl
25. ASSIGNMENT. The successful Proposer shall not assign,ttrafisruiiitonvey, sublet or othenvise dispose of the
contract, including any or all q(u.1i 911.!,,Jitle or interest therein, or his/her or its power to execute such contract, to
any person, company or corporation,'without the prior written consent of the City.
26. LAWS, PERMITS AND iEGULATTONS. The Propos*i'rnrtt obtain and pay for all licenses, permits, and
inspection fees required to corii@the#!:{ shg.llco.mpty with all applicable laws.
ii$iirtgru+lrr'
When the rr.i.asirf Proposer (s) is in agreement, other units of City or non-
profitag-e,nr#s@rrasesgrsu.1nttotheawardofthiscontractattheoptionoftheunitotCityo'
non n@cV B,
=';=-.-1;.:r:r'
28. VOLUMEOF,,,.,WORK T0 BE RECEIVED BY CONTRACTOR. lt is the inientof the City to purchase the goods
and services spiE$rhqally listed in,this solicitation from the contractor, However, the City reserves the right to
purchase any goodS'0[,services algarded from state or other Cityal contract, or on an as-needed basis through the
C ity's spot m arket p u rcFi le,pr-o.Visions,
--=i-i:''""
29. DISPUTES. ln the everit'bf a conflict between the documents, the order of priority of the documents shall be as
follows:
A. Any contract or agreement resulting from the award of this solicitation; then
B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then
C. fhesolicitation;then
D. The Proposer's proposal in response to the solicitation.
30. INDEMNIFICATION, The contractor shall indemnify and hold harmless the City and its officers, employees,
agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of
RFP 20r 5-178-WG Poge 7
330
g fulIAfu\IBTACH
defense, which the City or its officers, employees, agents or instrumentalities may incur as a result 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 contractor or its employees, agents, servants, partners, principals or
subcontractors. The contractor 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 applicabte, including ippellate
proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The contractor
expressly understands and agrees that any insurance protection required by this Agreement or othenruise provided
by the contractor 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 abovejHdemnification provisions shall
survive the expiration or termination of this Agreement. "6r,;;j;=1Bi$ug
31. coNTRAcr EXTENSION. The city reseryes the right to require thg#
stated termination date for a period of up to 120 calendar days in the evrjiij tha
been awarded. Additional extensions past the 120 calendar days m_a_y.oc&6as
to extend contract past the
stated termination date for a period of up to 120 calendar days in the evffiithat i contract has not yet
been awarded. Additional extensions past the 120 calendar days ma-y.,ociur"as needbd"'bt e City and as mutuilly
agreed upon by the City and the contractor, _ ,i,,='':il:.'r, '11 a;rq_.***
,ri{itr "\ilttil$R.,{r "o:t
'l32. FLORIDA PUBLIC RECORDS LAW. Proposers are hriieby notified that all froposatstnduding, without
limitation, any and all information and documentation iubmitted therediih, are exempt from publil records
requirements underSection 1'19.07(1), Florida Statutes, and s.24(a;'e4r.l*,,,,."df the State Constitution until such time
as the City provides notice of an intended decision or until thirty (30) c'afen!ar days after opening of the proposals,
whichever is earlier. Additionally, Contractor agrees t-o be in full compliance-iwith Florida Statute t t S.OZOt including,
but not limited to, agreement to (a) Keep.andlrryipta!.q-ublic records t@Sflinarily and necessarily would bi
confidential and exempt from public r0cords disclosure requiiements are;riot disclosed except as authorized by law;
(d) Meet all requirements for retaining public records and"ltransfer, at no'tost, to the public agency all public records
in possession of the coptraclor upon termination of the contract and destroy any duplicate public records that are
exempt or confidential 'bnd?xempt from,'public records discJosure requirements. All records stored electronically
must be provided to the public agexcy in'a fgrma! that is corppitlOte with the information technology systems of the
A Proposer may submit a modified Proposal to replace all
0r anv p"qJt!9n of a previously--r_dlmitted Piopoml up until the Proposal due date and time. Modifications received
after the Proposal due date anO.time will not be considered. Pi'oposals shall be irrevocable until contract award
of Proposals withofu contract
expiration date, and'htters of wiexpiration date,
: it
unless withdieffig writing prior to l=he Proposal due date, or after expiration of 120 calendar days from the opening
of Proposals wiihifu contiact aWlrO. Letters of withdrawal received after the Proposal due date and before said
withdifrwal received after contract award will not be considered.
34' EXCEPTIONS TO RFPgmposers must clearly indicate any exceptions they wish to take to any of the terms in
this RFP, and outline what,:if any, alternative is being offered, All exceptions and alternatives shall be included and
clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any
or all exceptions and alternatives, ln cases in which exceptions and alternatives are rejected, the City shalirequire
the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took eiception to (as
said term and/or condiiion was originally set forth on the RFp).
35. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of
monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this
Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or
33. MoDr
RFP 2015-178-WG Poge B
331
g MIAMIBIACH
service that might reasonably tend to improperly influence himiher in the discharge of his official duties.
Balance of Paqe lntentionallv Left Blank
;,"" r -.r:ui ffi '\i.
.:.:::::::.inr U..::::::::::ii]s, tsE
J: ills."t , ::: ::: :
-. u:::i l
:1., :1r.:. t. 1.,, ,, ,i: ,. .:::\
,, j ::: "-i::.::.::.,:
ffilr,=
''
a,iili i lrri
,.,:: , ,fr,+
:l:r':::. i i;lil::-
':r,tj!r. '.::.
':t:, :i l: i:.'
RFP 2OI5-I7B-WG Poge 9
332
2. LATE BIDS. Bid Proposals are to be received on or before the due date establidhed herein for the receipt of Bids.
Any Bid received after the deadline established for receipt of propo"sali will,b.ponsidered late and not be
accepted or will be returned to Proposer unopened. The City does not accep{ iesponsibility for any delays,
&MIAfuTIBTACH
SECTION O3OO PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1' SEALED RESPONSES. One original 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 proposals. Additionally, ten
(10) bound copies and one (1)electronic format (CD or USB format) are to be submitted. The following information
should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation
number, solicitation title, Proposer name, Proposer return address. Proposals received electronically, either through
email or facsimile, are not accepiable and will be rejected. Proposals are to be delivered to City of Miami Beach
Procurement Department, 1700 Convention Center Drive, 3'd Floor, Miami Beach, Floiida33139.
natural or othenrvise.
& Qualifications
2.1 Qualificatigg=$,jffifrop*ggng Firm'Submit detailed information regarding the firm's history and relevant experience
and proven6t*iktCoiO of providrng the scope of services similar as identified in this solicitation. For each project that
the Propg. f'r submits as evitCence.of similar experience, the following is required: project description, agency name,
agency'dontact, contact telephone$ email, and yea(s) and term of engagement.: ::t::t! !'
e*.
2.2 Qualificatid4$,lB.f Proposer T.qqL Provide an organizational chart of all personnel and consultants to be used for
this project if awaffib] the role that effih team member will play in providing the services detailed herein and each team
members' qualificatiidh.s., A resume bf each individual, including education, experience, and any other pertinent
information, shall be inCtd it ,.e Proposal team member to bJassigned to this'contract.
23 Financial Capacity. filUFiioposer shail arrange for Dun & Bradstreet to submit a Supplier eualification Report
(SOR) directly to the Procurehent Contact named herein, No proposal will be considered without receipt, by the City, of
the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the
Proposer. The Proposer shall request the SQR reportfrom D&B at:
https://supplierportal.dnb.com/webapp/wcs/stores/servleUsupplierPortal?storeld=116gG
Proposers are responsible for the accuracy of the information contained in its SQR. lt is highly recommended
that each Proposer review the information contained in its SQR for accuracy prior to submittal to the Gity and
as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process.
RFP 20I5.IZB WG Poge 1 0
333
contact Dun & Bradstreet at800-424-2495.
of Services
Submit detailed information addressing how Proposer will achieve each portion of the scope of services and
technical requirements outlined in Appendix C, Minimum Requirements and Specifications.
Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the
Evaluation Cornmittee to complete a full review.and score the
Approach and Methodology
receivei bv the Citv, 'r ?*'
S*hmit&tailed'info.rmation on,hoyrr.pllppo5er ptans to accomplish the requiied scope glserviges, .including dgt-ailed
lnfo'rmat[Qn,'as app[[cabte, whi-qh addresses, but nee.d'hot 6e limiled t@se,of inh'ovatiV'b teChnology, reporting.and
traCking.of ATM transactions:that'iesult,-in the highest levet of cuStomer:,servlce.while*aximlzirlg Vehues
Public Benefit
Submit detailed.'infoimatifun'h pi$o5er wilt.provide value-ad{ed services o'r',publie"beneftts,ielated'to the
scope of this RFP proposed by the proposer, Public benefit(s) to the City which may include, wrthout limitation,
benefits to'residents','benefits in''supBOrt of the City's educati,onal,.qg, act'with Mia Dade'Public Sdhools,
and/orsuch oth*,City'pubtlc benOfits@/orcerviices aS the'City Mana$* may, in his,reagonable:jud$ment and
discretion. from time to'time- ieoui're.
&MIAMiBTACH
reviewed/audited financial stat$ents with.the auditors notes'fbr,,€''ach of their last two complete fiscal years).
RFP 20I5-IZB.WG Poge 1 I
334
4 MrAMrsrAcri
PROPOSAL EVALUATIONsEcTtoN 0400
1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meetto evaluate each
Proposal in accordance with the requirements setforth in the solicitation. lf furtherinformation is desired, Proposers
may be requested to make additional written submissions of a clarifying nature or oral presentations to the
Evaluation Committee. The evaluation of proposals will proceed in a two-step process as noted below. lt is important
to note that the Evaluation Committee will score the qualitative portions of the proposals only, The Evaluation
Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2
Evaluations will be fonvarded to the City Managerwho will utilize the results to makera recommendation to the City
Commission.
2. Step 1 Evaluation. The first step will consist of the qualitative criteria,liited below to be considered by the
Evaluation Committee. The second step will consist of quantitative critg$a estabti$bd.below to be added to the
Evaluation Committee results by the Department of Procurement Management, An Evalu3ition Committee, appointed
by the City Manager, shall meet to evaluate each Proposal in accordEnCeyfth the qualifications criteria established
below for Step 1, Qualitative Criteria. ln doing so, the Evaluatiort'0ommittee may: -' , .. review and score all proposals received, with or U*ithout condudtiqg interview sessions?;-0j,,$
. ,.?l'*''*4illliil:::'i14, ^ !:.1 ,rll. review all proposals received and short-list one o+.nrore Pr.&,fusers to be further'C'oniiOereO during
Proposer Experience and Qualifications, inctuiiiii'$xi5lnancial Capability
Approach and Methodology =',,,,i,, . ,, t 'Sffifl:;:::#',*' ,. "'"''
i==
3. Step 2. Evaluation. F
additional quantitative crffipolnts td OOed by the Department of Procurement Management to thoie points
Veterans PreIq,i,e'
',::ti:)ila
4. RevenueF.'i<ipqsal Evaluation. The revenue proposal points shall be developed in accordance with the following
Sample Obiective Formula for Cost
Vendor Revenue
Propotal.::
:.Example Maximum
Allowable Points
(Points noted are for
illustrative purposes only.
Actual points are noted
above.)
Formula for Calculating Points (highest
revenue share perATM transaction paid
the City / revenue proposal being
evaluated X maximum allowable points =
awarded points)
Round to
Total
Points
Awarded
Vendor A $200.00 25 $100 / $200 X25 = 25 25
Vendor B $150.00 25 $100 / $150 X 25 = 16 16
Vendor C $100.00 25 $100/$100X25=13 't3
RFP 20 I 5.] Z8 WG Poge 1 2
335
g, ,tlrAAArBrACri
5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step '1 scoring, Step 2 Points
will be added to each evaluation committee member's scores by the Department of Procurement Management. Step
1 and 2 scores will be converted to rankings in accordance with the example below:
* Final Ranking is presented to the City Manager for further due dlligence and
recommendation to the City Ca-m$ -,,iQIl. Final Rankin$ d0e..q1g!.constitute
an award recommendation until=s,uth tinre.$,[!e City Manffihas made his
recommendation to the City Corirmission, whlc"fui.n_ay be diffeient than final
rankingresults. d ,_,i.*
'#6\'{'1 n1"
t.
,,;:;:
7 "ii'r!
&,=
RFP 2015-] 7B-WG Poge 1 3
336
APPENDIX A
MIAAAI
. #',n
MffiAffH
,1,,j:. .
,:.. ;p$. .;
sTArytGN,,nND OPERATTON OF
AU| MnT#D TELLER MACHTNES (ATM)*.I T^VAR IO US CITY-OWN ED
PR'OPERTI ES AN D FACI LITI ES
PROCU REMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33,l39
Proposol..g
RFP 20r 5-178-WG Poge 1 4
337
Solicitation No:
2015-178-WG
Solicitation Title:
INSTALLATION AND OPERATION OF AUTOMATED TELLER MACHINES (ATM)AT
VARIOUS CITY.OWNED PROPERTIES AND FACILITIES
Procurement Contact:
William Garviso
Tel:
305.673.7000 x 6650
Emarl:
williamqarvisotOmiamibeachfl .qov
PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT
Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform
prospective Proposers of certain solicitation and contractual requirements, and to collec!,necessary information from
Proposers in order that certain portions of responsiveness, responsibility ?nd'bthei',determining factors and
compliance with requirements may be evaluated. This Proposal Certificatiqdrcuestionnaire and Requirements
Affidavit Form is a REQUIRED FORM that must be submitted fully comp.ldedd.executed.
General Proposer lnformation.
FIRM NAME:
No of Years in Business:NoofYearsinBuslnrylgcallV:
f.No
ofEmoloyees:
FIRM PRIIVARY ADDRESS (HEADQUARTERS):
CIW:"-4slriir,it
STATE:ZIP CODE:
TELEPHONE NO.:
ULL FI(E.E NU.:
FAX NO,:
CITY:
STATE:
ACCOUNT REP TELEPHONE NO::
ACCOUNT REP TOLL FREE NO.:
ACCOUNT.REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
The City reserves the right to'seek.additional information from Proposer or other source(s), including but not limited to: any firm or principal
information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems
necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements.
.,fi,'.
jl:':!i.,t:
RFP 20I5-I7B-WG Poge 1 5
338
4.
veteran owned Business. ls Proposer claiminq a veteran owned business status?f---l'vrs -[-_l *o
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm
is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States
federal City, as required pursuant to ordinance 2011-3748.
Conflict Of lnterest. 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 musl
disclose the name of any City employee who owns, either directly or indirectly, an interestof ten (10%) percent or more in the
Proposer entity or any of its affiliates.ffii;';-
..+lEln
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer,i--di.iii r, agent, or immediate famity member
(spouse, parent, sibling, and child) who is also an employee of the City of Miami $each. Proposers must also disclose the name of
any City employee who owns, either directly or indirectly, an interest of ten ('10€6}ri'fiirceh't.di'more in the Proposer entity or any of
its affiliates ' . ,,,
References & Past Performance. Proposer shall submit at least tnree tii il6i.n.., for whom ti. eropor.r. has compteted work
similar in size and nature as the work referenced in solicitailon. :
, - ,,
SUBMITTAL REQUIREMENT: For each reference submitted, the following inforhation is required: t1 firm t'tame, 2) Contact
lndividual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email fnd 6)Natr:iiftilelbn'Scope of Services,..Piovided.
Litigation History. Proposer shall submit a statement of any titigation offitipry action that has been fited against your firm(s)
in the last five years. If an action has been filed,'qlgte and describe the litigation or regulatory action filed, and idlntify ine court oi
agency before which the action was instituted, tndlapplicaOte case or file number, and the status or disposition for such reported
action. lf no litigation or regulatory action has been'fled agains.lyour firm(s), provid.e a statement to that effect. lf "No" litigation or
regulatory action has been filed against your firm(s), please pioiilSp a sta"tement to thaireffect. Truthful and complete aniwers to
this question may not necessarily disqualify a fiim from &niiA&"ti,-ox but..wili''be a factor in the seiection process.
Untruthful, misleading
"t
f1:.:,,,,,,,,,1, ers io this 0r..fu,.,.!r,.1,,,|,,!liaa;ffi$*i tification ot tt. iirrn for this project.
SUBMITTAL REOUIREMaili-F;&, shall submit nitiorv or liUgation or'regulatory action filed against proposer, or any
proposer team memberjim, in the past 5 years. lf Proposer has no litigation history or regulatory action in the past 5 years, submit
a statement accordingly. . ,i,,
,
Suspension, Debarment ol'i'*t:a.t e llatio.p,,fl.as eropqsJi.r.r. been debaned, suspended or other legal violation, or had
nance by anypublic sector agency?:s 'f--l
ruoY,IES:,,-jffi=
answeir{Q.;3lwe is "YES,' Proposer shall submit a statement detailing the reasons that led to
h vendor gamPaign ContributicihlliProposers are expected to be or become familiar with, the City's Campaign Finance Reform
laws, as codified in Sections 2-48,F.ithrough 2-490 of ihe City Code, including a prohibition against any vendor giving a campaign:lr:ilr:ll:l$. :i* --'----J--''-_-"J'-"--' J"'9--- f_V'
contribution directly_ or indirectlp,l.itb a candidate, or to the campaign committee of a candidate, for the offices of mayor or
commissioner. eio.d-,,"9.,gis shalti rb solely responsible for ensuring that all applicable provisions of the City's Campaign Finance
Reform laws are cOE$l[$ and shall be subject to any and all sanctions, as prescribed therein, including disquaiification of
their Proposals, in the'EtHit of such non-compliance. A fine of up to $500.00 shall be imoosed on everv oerson who violates this
and shall be subject to any and all sanctions, as prescribed therein, including disqualification of
their Proposals, in the of such non-compliance. A fine of up to $500.00 shall be imposed on every person who violates this
section. Each act of givliii, or depositing a contribution in violation of this section shall constitute a separaie violation.
"Vendor" shall include natural persons and/or entities who hold a controlling financial interest in a vendor entity. The term
"controlling financial interest" shall mean the ownership, directly or indirectly, of ten percent or more of the outstanding capital stock
in any corporation or a direct or indirect interest of ten percent or more in a firm.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (to which the definition of vendor as defined above
may apply), including your sub-consultants), who has contributed to the campaign either directly or indirectly, of a candidate who
has been elected to the offlce of Mayor or city commissioner for the city of Miami Beach.
RFP 20r 5-r 78-WG Poge 1 6
339
Code of Business Ethics. Pursuant to City Resolution N0.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its proposal/response
or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable
Cityal rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami
Beach and Miami Dade Couniy.
SUBMITTAL REQUIREMENT: Proposer shall submlt firm's Code of Business Eihics. ln lieu of submitting Code of Business
Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of
Ethics, available at www.miamibeachfl . gov/procurement/.
8.
9.
d o m€-str:o partn ers of e m p loyees?=t:1,;,1i;,.. .:: [-_l VfS
:t: :::l--l uo
SUBMITTAt REQUIREMEM; Ne additienal submitt*,:is reiiuir€F rii!!!re ef exeeuting.this affidavit deeument; Prepeser agrees
Equal Benefits for Employees,w.ith.spouses anU emi\i-E a6iwitr Oorr&til Partners. When awarding competitively solicited
contracts valued at over $100,000'th-ose,contractors maintajn 51 or more fufftime employees on their payrolls during 20 or more
calendar work weeks, the Equal gen;fits for Domestic Partners Ordinance 2005-3494 iequires certain conkactors doing business
with the City of Miaili Beach, who are iWarded a contract pu&enl.to competitive proposals, to provide "Equal Benefits" to their
employees with domestic parn'rers, as..they provide to employ'ees'with spouses. The Ordinance applies to all employees of a
Contractor who work within the Citylimlts of the City of [t1!iami.B ch, Florida; and the Contracto/s employees located in the United
States, bUt"outS.id.e,.o,,,lJe City of Miami Beadh fimiis,,wh'o: directly performing work on the contract within the City of Miami
4,"'6oes yorr. .orpifii prbviOe or offer access to any benefits to employees with spouses or to spouses of employees?liQ.... 'nli] f-'......:.E.u l---l uo
B.
-"Eoes,,your
company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to
RFP 2015-r78-WG Poge 1 7
340
Please check all beneflis that apply to your answers above and list in the "othe/' section any additional benefits not already
specified. Note: some benefits are provided to emplcyees because they have a spouse or domestic partner, such as
bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance.
BENEFIT Firm Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
solely responsibte for assuriiig'@;l iii$X
lf additional confi irniition,addendum is required, submit under separate cover.
lf Proposer cannot offer a benefit to domestic partners because of reasons outsibb your control, (e.g., there are no insurance
providers in your area willing to offer domestic partner coverage) you may U-e!i 6inte foi Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submift completed.,Reasonable Measures Application
(attached) with all necessary documentation. Your Reasonable Measures*liplicatibn witt be reViefiOd.[or consideration by the City
Manager, or his designee. Approval is not guarantee_d and the City Mariiger'i decision is final. Furtherninformation on ine equit
person or affiliate who has been placed on the convicted venOor tisfiO{{!i.!=!.]pg q,pgnviition for a public entity irime may not submit
a proposal, proposal, or reply on a contract to provide any goods or"senit4s to a public entity; may not submit a proposal,
proposal, or reply on a contract with a public en!.iJy for the construction or i6@iFoJ a public building or public work; may not submit
proposals, proposals, or replies on leases of reat=Fr,orperty to a public entity; may not-be awarded or perform work as a contractor,
Acknowledgement.o{-'Ad.dendum. ffi!$suance of solicitation, the City may release one or more addendum to the solicitation
which may provide"' d"itio-.qal information'to Proposers or alter solicitation requirements. The City will strive to reach every
Proposer having receive'il',rSoticitation -thio-ugf the City's e-procurement system, PublicPurchase.com. However, Proposers are
supplier, subcontractor, or consultant under a conFact wi$ any public entity; an i}.,Hl1.Ilpt trapsact business with any pubtic entity
in excess of the threshold amount provided in s. 287.017,f0r CATEGORY fWO tdire,period of 36 months following the date oi
being placed on the convicted vendor list. ..;i+ f,i. "
_..qi .;
SUBMITTAL REQUIREMENT:-\g_additional submittal iSr.equireO=y tiffE"ai#6,jting this affidavit document, Proposer agrees
with the requirements of Seclion 287.13_3, Florida Statutes,,hnd certifies it has not been placed on convicted vendor list.
Benefits requirement is available at www.miamibeachfl.qov/procuremenU. ' li ,
10.Public Entity Crimes. Section 287.133(2)(a), Ftorida Statutes,
:;;;::,. i!i;:1,:::i:::::'::::::'
enact.d$;!las amended from tini"eiffime, states that a
11.
RFP 2015-178-WG Poge 1 8
341
ln its sole discretion, the City may withdraw the solicitaiion either before or after receiving proposals, may accept or reject proposals, and
may accept proposals which deviate from the solicitation;-as it deems appropriate and in its best interest. In its sole discretion; the Gity may
determine the qualifications and acceptability of any party or parties submitting Proposals in response tolhis solicitation.
Following submission of a Bid or Proposal, the applicant agrees to deliver such further details,-$fortbg,lron and assurances, including
financial and disclosure data, relating to the Proposal and the applicant including, without lrmiidfion, ttiB applicant's affiliates, offlcers,
directors, shareholders, partners and employees, as requested by the City in its discretion .,,i1+=.
The information contained herein is provided solely for the convenience of prospective froposers. {ti,s fre responsibility of the recipient to
assure itself that information contained herein is accurate and complete. The City does riii.trlprovide arifl$urances as to the accuracy of any
information in this solicitation.
Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipients own risk. Proposers should
rely exclusively on their own investigations, interpretations, and analyses.,-Fhe'solicitation is being provided by the C[g without any warranty
or representation, express or implied, as to its content, its accuracy, or itd completeness. No warranty or representatipn is made by the City
or its agents that any Proposal conforming to these requirements will be seleited for consideration, negotiation, or approvai.
The City shall have no obligation or liability with respect to this solicitation, the seleclion and the award process, or whbther any award will be
made. Any recipient of this solicitation who responds hereto fully acknowledges all the'prwisions of this Disclosure and Disclaimer, is totally
relying on this Disclosure and Disclaimer, and agrees to be brund by the terms hereof. Any Proposals submitted to the City pursuant to this
solicitation are submitted at the sole risk and responsibility at;ffig-lfsubmitting such Propoiat.
This solicitaiion is made subject to correction of errors, omissibn3, oi rylthlWgt from the market without notice. lnformation is for guidance
only, and does not constitute all or any part of an agreement. i:..= '"r[fr,1:,ii[{lE
i,1,,,,,,,,,,-
'_.
The City and all Proposers will be bound only as, if and when a Proposal :(oi Proposals), as same may be modified, and the applicable
definitive agreements pertaining therelo,:,are approved and execu'ted by the parties,'and then only pursuant to the terms of the definitive
agreements executed among the parties Any response to this soliciiation may be acceirted or rejected by the City for any reason, or for no
reason, without any resultant liability to the CitV. ,1 sr'
The City is governed by the Citi-in-the-Sunshine LaW, and all Proposals and.-.s-qpporting documents shall be subject to disclosure as required
by such law. All Proposals shall be submitted in sealed proposal form artO' shall remain confldential to the extent permitted by Fiorida
Statutes, untilthe date and time selectedfor opening theresponses. At thattime, all documents received by the City shall become publicrecords. ,.;. : r..
Proposers ar ected to mifein Oisclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer
acknowledgES''and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement
informgtioni& ined in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or invesiigation.
Each Proposei Certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge
information, and beliet. '
1
i.:t. 'i
Notwithstanding the fo@ing or anything iontained in the solicitation, allProposers agree that in the eventof a finalunappealable judgment
by a court of competent,|Urisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any
action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The
previous sentence, however,'shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which
imposes no liability on the City.
ln the event of any differences il language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that
the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be
governed by and construed in accordance with the laws of the State of Florida.
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience.
Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to
make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after
issuance of an award, shall be without any liability or obligation on the part of the city.
RFP 20I5-I7B.WG Poge 1 9
342
I hereby certify that l, as an authorized agent of the Proposer, am submitting the following information as my firm's
proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document,
inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto,
and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and
conditions contained in the solicitation, and any released Addenda and understand that the following are requirements
of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,
discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any
other proposal; 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; all responses, data and information contained in this proposai,
inclusive of the Proposal Certification, Questionnaire and Requlrements Affidavit are true and accurate.
Name of Proposeis Authorized Representailve:
Signature of Propose/s Authorized Representative:
State of On this _day of _, 20_, personally
appeared before me who
county of
-)
stated that (s)he is the
a corporation, and that the instrument was signed in behalf of
the said corporation by authority of its board of directors and acknowledged said
instrument to be its voluntary act and deed. Before me:
Notary Public for the State of
My Commission Expires:
of
RFP 20I5-I 7B-WG Poge 20
343
APPENDIX B
&ArAMr mffi&ffh$
"No.Bid"
':] . I :,:. it l,iir; a, Or5-l7B-VfG
INSTAETAI'I€N AND OPERATION OF
, .: i
AUTOMATED TELLER MACHINES (ATM)
'= AT VffiUUSblrY-owNED' PRGPERTT'tff AND FACILITIES
trri*,'
',j
PROCUREMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33'139
RFP 20r 5-r 62-WG Poge 21
344
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S) CHECKED AND/OR |ND|CATED BELOW:
_ Workload does not allow us to proposal
_lnsufficient 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 producUservice
_OTHER (Please specify)
:ii:lrir:l'i ''':ti::::at::r: l:ii;,:
We do .i.ti6 not _1:want to be retaine.d on
of this.tyg-iiiproduct anCior service. :;
,,,;l, : -
Signature: ":,'..:1.,:.i11 .:,.:::::l. i.?,+:t+r,-,".. .,,,,
your mailing list for future proposals
irL =P
Notd.="1f,gilure to reSpond, either by submitting a proposal or this completed form,
may ie,S i.! y-o. company being removed from our vendors list.=t'..:
1g,,ilir'PLEASE RETURN'TO:
CITY OF MIAMT.BEACH
PROCUREMENT DEPARTMENT
ATTN: William Garviso
RFP PROPOSAL #2015-178-WG
1700 Convention Center Drive
MIAMI BEACH, FL 33139
RFP-20I5-I7B-WG Poge 22
345
APPENDIX C
g iri\iAlt.4 i
.::1
Mffi AtrLJuL*muil I
:' -=-,',: . .i,.1 .ll;
,,;', ;;, ::::: r,. "t't
"".'r.'.',20.1t5-
l' 78-W G
: :l ::-::,:r 'j.,i s :.;::.
INSTATLATICN AND OPERATICN OF
AU-TOMATED IELLER MACHINES (ATM)
"'',',,,AT VflRIOUS CITY-OWN ED.PROPERTIES AND FACILITIES
PROCU REMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33,l39
RFP-20I5-I 78-WG Poge 23
346
APPENDIX C
C1. Minimum Requirements. The minimum Eligibility Requirements for this solicitation are listed below.
Proposer shall submit detailed veriflable information affirmatively documenting compliance with each
minimum requirement. Proposers that fail to comply with minimum requirements will be deemed non-
responsive and will not be considered.
1. Proposer shall
Counties.
SUBMITTAL REQUIREMENT: Submit the business tax
Proposer's location which complies with this requirement.
2. Proposers shall have been awdrded at teast three (3) conkacts of similar scope and slze within the last
five (5) years. Simiiar si2e ahd acope mai include airports, state, county, municipalities etC.
SUBMITTAL REQUIREMENT: For each of the three (?J,pQriiie*contracts, submit::the name of the
awarding agency, agency contact person, address, telephbne number, email address, and s,,Um-mary of
scope of services provided.
",+i,
:-s.;,, i,,,.
==;-*il
1. ATM REQUIREMENTS \T:T...
Each ATM shall be compliant with Florida State Statute 655=,9-$g Each ATM must accept a
combination of credit and debit cardS.::The ATM.may be a basiGi'f, achine providing only
bank card ATM services but may alsoinclude suctlsewices as dep'dilf1o checking and savings;
withdrawalfrom checking and savings;-loan paymentsl transfers; and?ccount balance inquiries. lt
is also desired OV".lh_? City, that the madhines offer night and after-hours capabilities given that
some locations haVe,ivbe.kend or afterhouri use.- ,.. .i,,1.*,
.-q..,
*ffi\lr'\
receipt
*l.l
n,.nal license for the
. il : L: *i::e::f:)r-
gach ATMji$XIE]l provide access to other area bank ATM cardholders whose banks are part of local,
regiondf, n?iti{,frlland/or intemational networks. Each ATM shall offer, at a minimum, the capability
of processing such as: "Plus", "Cirrus", "Pulse", "Honod', "MAC',
, ln addition, each ATM shall offer, at a minimum,
from checking and/or savings accounts,account
:NYCE:,,
Visa and
racn nrut'iE-fuvide
transfers, and bafae inqt
r t,,',
The ATMs must be "attiactive, functional, and resistant to rough usage and vandalism.
AIMs'siAll have ,thd capability of being programmed in at least two (2) languages. The City
requiresEj._1glish,,ahd Spanish, however additional language capabilities are encouraged.
card
RFP 20I5-I7B-WG Poge 24
347
ATMs must have systems management capabilities for predicting, assisting, and reporting
maintenance, All ATMs shall be clearly marked with the ATM number, and have a 24-hour toll free
telephone number to call for inquiries, maintenance issues, complaints or customer service issues.
ATM machines may not be visible from the right of way.
ATM's should be located within enclosed areas, such as lobby entrance.
ATM's should be located against solid walls and away from any glass doo-rsbr storefront glass.
lttfl -\
ATM's should not be located within open terraces or verandas, o
.*=1!.$.E!.,i9,,.
n courtyards.
*',,,,,,,. i!.1.:=::::::.:r:s
ATM's should not obscure or block historic or architectura*f signiii8tfii+atures, finishes or
2. I:;r^-.E oF THE ATM MA.HTNES By THE crry
'"''
=l
"{
',
The ATM machines to be provided hereunder shallbe delivered to the City, and miinffined jn full
compliance with the specifications and requiremffi,.sel forth in lhe RFP and subsequet{t contract.
lf an ATM machine is determined to not meet the Sffications,Ehd,requirements of thd Contract,
either prior to acceptance or upon initial inspection, the:ATMwill be removed by the contractor.
The contractor shall provide a direct replacement for the non-compliant ATM. The contractor shall
not assess any charge(s) for any 6,!11,i
"rction
taken OV tnaffnder this clause.
..1i'ri.
Although the RFP and resulting contract identifibs,.spec$,-Q"'facilities be serviced, the contractor
will agree and understand that any City facility may be ai,ded l-glf.it contract at the sole option of
irl':: {
When requrd by the 0ii6ing structure of th$,.contract, contractor under their contract shall be
invited toiubmit price quolei for these additional-facilities. lf these quotes are detennined to be
fair and reai6nable, then the additional facility ,wilt Oe awarded to the contractor who offers the
highest revenueffireto the.e[ty.,b.as€d on a peftransaction basis.
,,,
4.,,:,i-''' DEIETIO"N EFACILITIE$ r
. 1,.:' Although i6ietlm,6rg iden{ifi$5==-q,pecif,c facilities to be serviced, the contractor will agree and
""". . understand tfrifffipity mai Uele*ervice for any facility when such service is no longer required
t'-'rr9*,nn the contrad{ffiod; upori.ftiurteen (14) calendar day's written notice to the contractor.
5. "iSUB$TITUTION OFj,ATM DURING TERM OF CONTRACT
Sffi*p brands $l,moOets may be considered during the contract period for discontinued or
Oefeiti-ilEff,. maged-models. The bidder shall not deliver any substitute ATM as a replacement for a
OranO oit#tdeiwitnout express written consent of the City. Substitute ATMs must be of equal or
better quali$Ihan the original equipment.
6. SERVICES
The contractor shall, at its sole cost and expense, install, operate, and maintain the ATM machines
at City approved locations in the facilities described herein. The City will cause all necessary utility
lines and services to be brought to the premises to facilitate the installations.
The ATMs shall be installed in a manner compatible with the existing electrical, mechanical, and
structural design of the premises.
RFP 2015-t 78-WG Poge 25
348
ATM services shall be provided with consideration regarding the regular scheduled opening and
closing of the buildings. ATM services shall be available 24 hours per day, 7 days per week,
including holidays.
The contractor shall regularly service each ATM so that it will at all times be properly stocked,
cleaned, and in condition for use.
The contractor shall keep the ATM locations in good order and r.pa.iti. *rnall not allow the
accumulation of waste in the areas. ", i 'Y\
,.
The contractor shall repair any holes in the walls and flooring,:ii6!fi ., 'f1om the installation or
removal of the ATM machines. ,t '
,,, - ,' Wiulr
The contractor shall provide a twenty-four (24) hour response'time tor maifriii"e:,qepairs and/or
il=..
The contractor shall be responsible for any ieCuiity servicesrin,"addition to those"iusiomarily
provided at the building, and will be liable for any amount and damalje to equipment installed and
. '-:#o
The awarded contractor shall pay foithe telephone services aiioiiated with the ATMs.
7.
'i:::.'.11,:::i::J.
MANAGEMENT AGENT/EMPLOYEEg ==
The Vendor shall appoint a main point',:i con
operations and consult with the City on cunent
any contents of the ATM machines.
who wilthutinely review and inspect
i
Alt=e-nrp-loyees of thE ndor must be able to pass a background check performed by the City of
ru i a mi'BJ$ P 9! LQaDe R a rtm e nt
REPORTIN'G.REQUIREMENTS
The contrdctor shall keep detailed monthly records on the number of total viable transactions and
foreign transactions separately for each ATM machine to determine commissions payable to the
City.
The contractor shall provide detailed records on the monthly transactions per machine and submit
such reports to the City's Contract Administrator, no later than the fifteenth (15tn) of each month for
the preceding reporting period.
8.
.,::::::::i:::::=.lli il,, l:t;.':::i::
The Vendo/s ageni ihtffi thoroughly faniilier with all aspeCis of the contract and shall have full
authority on the Vendor'sl#Ialf in any and alt rnatters pertaining to the contract.
't.i; BsX r::
"*6.!';.?.s* ir'' u5.,*"
All Vendors' e'*i$.b,,,ypes m*st present a neat an'ilttlean appearance while performing under thisconlract .*.1*-, t
,',r,; ., ,, ,
The Vendor= tneii'r4$ployees and/or agents shall park motor vehicles only in a place(s)
desionateri.dilif roviiii trr6pcontract administrator.
The Vendor shatftisolay sign|$e in a conspicuous location at each ATM naming the business
wh-ich provides the'A,TM servides and contact information for complaints, questions or concerns.
RFP 2015-t 78-WG Poge 26
349
9.
10.
The Vendor is required to provide as part of their response to this RFP the repod format that will be
used to document monthly revenue. The ideal report will itemize activity on a per location basis
detailing period of report, location, weekly and year-to date revenue.
The report shall be ananged that the total revenue and commission due is clearly indicated. The
City of Miami Beach makes no warranty, either expressed or implied, of the potential sales to be
realized from this contract.
,,,,.:,,ii1,t
,,,t,
-
MINIMUM GUARANTEE (MG) .,,,rrirji!,,=
ln consideration of the City executing a concession agreement and gianJipg the rights provided in
the agreement, the successful contractor shall guarantee and:,pay to the',0t-B,,an annual minimum
PERCENTAGE OF GROSS (PG) -F
'-a'
.
During the initial term and any approved reneEaf , the suceessful contractor shail pay the City
a percentage of its gross receipts. During anftdft.l$,f; e conce'-S:bn agreement, if thetffiOunt of
the annual PG is greater than the annual MG, theiirytfi,Ellgc=e$fiiijrpposer shall pay to the City
the difference between the PG amount and the MG amdtipt$ the event that the City chooses to
extend the term of the concession agreement for any rdfi'e al.term(s), the renewal term(s) MG
'J J:
^-
i ;^- il : ::ilu1ft..'
between'n''* *$,ll:::*'' co ntracto r
The Vendor shall include in their profi'osal a tiansaction fee to be:a'lsessed per transaction to
customer. This amount will not include any additional .f€es charged by customer's financial
institution. Howev,er,the,..contractor shall disclose to the City the transaction fee charges and/or
s u rc h a rg es |.,-e,$EA 5$'.ffi e rs a n d n o n -cdffi o I d e rs.
..='::i:riiin
The montnly'llat rate teesft due and payable in advance on the first (1't) day of each month.
Foreign traniaCtionfee payinents are to be remitted io the City on a monthly basis.t,rr ,.., : l
1Fo.i.e!L tqq4saction'-fE?Ee,arned in"one.rno;rth shall be remitted no later than the fifteenth (15tn) of
ihe-ne*n'6[!'.!1..qr the nE ?;F iness day if the 1Sth falls on a weekend or holiday.
i,. ,l
PERFORMANCE' BOND OR ATTERNATE SECURITY
The successful Contrictor shalliiurnish the City with a security deposit, as agreed to by the City.
Said security shall se'rve to secure the successful contracto/s performance in accordance with the
provisions of the concession agreement. ln the event the successful proposer fails to perform in
accordance with said provisions, the City may retain said security, as well as pursue any and all
other lega! remedies provided in the concession agreement, or as may be provided by applicable
law. rt,.:',
11.
12.
RFP 20r 5-178-WG Poge 27
350
13.ATM LOCATIONS
All locations will have at least one (1) machine. For any historic properties (identified with an
asterisks (.) below), a Certificate of Appropriateness will be required to be obtained by the
successful contractor.
1. SCOTT RAKOW YOUTH CENTER AND ICE RINK (2 ATMS)
2700 Sheridan Avenue
b.
2
3.
4.
6,
7,
o
'-t
, ,'
=t':r:
10:.
l.:":Ilr,u1,::+r
a:r.-4,1!::
.::::.!ta
ltiEQt (
fE&L.f
11. MIAMI BEACH GOLF CLUB
12.
2301 Alton Road
(ln the main entrance hallway next to ADA computer.)
NORMANDY SHORES GOLF CLUB
2401 Biarrit Drive
(lnside the pro shop left of the counter.)
42nd STREET PARKING GARAGE .Sl;
N CENTER (4 ATMs
Center Drive
to be coordinated between successful proposer and the City)
RFP 2015-r 78-WG Poge 28
351
15 CIry HALL
1700 Convention Center Drive
(Ground Floor Lobby)
16, COLONY THEATHER
1040 Lincoln Road
(Exact location to be coordinated between successful proposer and the City)
diliib,J ,!Yltiri$\\iljr::
dffill".-
'?..
. ii;f tr !:r7tt:i::r:r.
\\,#llrN
'qt:,:"
,. 'i-\ ;::::::::ri:i:l:;:;{
,1.
it--',.,,,,.
ffil=1"
.i: r.:' ,,i:'
Poge 29RFP 20] 5-I7B.WG
352
APPENDIX D
ffiIA&AI BTACh{
,ti;i.;i;.;:l
,.,i1$t'*
I i!9
Speciol.ons
2015-t 7B-WG,
.,, ,. - ,. ,,i . ,,
rNsTA##ATrffiN AND OPERATTON OF
AUTOMftUP iilLEB MACHTNES (ATM)
',' "','.'1, VWHCBS*C Iry-ow N E D, ., " ,IE,&,'. PR' PER\.$IiFS AND FACILITIES
I l:i''j
"i':':"::':=' ''lr'
"'"i ",,.., pRocuREMENT DEPARTMENTI , ..,,,,'i' ''T,3i?;:::?1ffil:'.?i:;
RFP 20r 5-r /8-WG Poge 30
353
1.TERM OF CONTRACT. The contract shall commence upon the date of notice of award
and shall be effective for three (3) years,
OPTION TO RENEW. The City, through its City Manager, will have the option to extend
for two (2) additional one-year periods at the City's sole discretion. The successful
contractor shall maintain, for the entirety of any renewal period, the same revenue share,
terms, and conditions included within the originally awarded contract, Continuation of the
contract beyond the initial period, and any option subsequentlyti:,Bxercised, is a City
prerogative, and not a right of the successful contractor.
+ ,:,'ii.i."" ,
:."
ADDITIONAL SERVICES. Services not specifically identified,lf,fli,r$is request may be
added to, or deleted from, any resultant contract upon s'U&essfut negoliations and mutual
consent of the contracting parties, and approval by the City Manager ''-u\111
PROTECTION OF PROPERTY. The Successful Contractor will at all times guard against
damage to or loss of property belonging tg ffi Qity of Miami Beach. lt is the reiponsibitity
of the Successful Contractor to replace or repair any property lost or damaged by of its
employees. The City of Miami Beach may withhold payment or make such deductions as
it might deem necessary to ens.ure reimbursement foi loss or damage to property through
negligence of the Successful Contractor, its employees or agents,
LICENSES, PERMITS AND FEE$jl$ilE'i.t**runtor shalt ffirno pay for all licenses,
permits and inspection fees requiid for tffi$pblect and shall comply with all laws,
ordinances, regulations and building c".Ade iequirements applicable to the work
contemplated heiein related to the instdliation anO proper functioning of the ATM
machines. .-Damages, penalties and oi tines imposed on the City or the contractor for
failure to obtain required licenses, permits or fines shall be borne by the contractor.',: ,
EXAMNIATION,OF,SITE.BECOMNIENDED, Prior to submitting its offer it is advisable that the
.,ven$gq,,,v,'1 t tne sffi,tni fifiopd;dl
k.and become familiar i,itn ,ny conditions which may in
.'any:mqnnnnaffect thdgrk to be done'oi"affect the equipment, materials and or labor required.
The vendoi.iS.' adviseid to examine carefully the specifications and become thoroughly aware
regarding ani'=a*6all conditions and requirements that may in any manner affect the work to be
. performed undei,=;1!,ft contract. No additional allowances will be made because of lack of
knowledqe of these bonditions." ;, l.l
,1ti;6f srnnloN'dF EeutpMENT MAy BE REeutRED DURTNG EVALUATIoN. After receipt
of dff--d by the. , the vendors may be required to demonstrate their specifically offered
equipm'Ent:,tooqgnizant City personnel, at no additional cost. The purpose of this demonstration is
to observe='tffiquipment in an operational environment and to verify its capability, suitability and
adaptabili '!=ih conjunction with performance requirements stipulated in this solicitation. lf a
demonstration ls required, the City will notify the vendor of such in writing and will specify the date
and time and location of the demonstration. The City shall be the sole judge of the acceptability of
the equipment in conformance with the specifications and its decision shall be final.
The Equipment used for the demonstration shall be the same manufactures model identified in the
vendors offer, Accordingly, the equipment used in the demonstration shall create an expressed
warranty that the actual equipment to be provided during the contract period shall conform to the
4.
5.
7.
RFP 2015-t 78-WG Poge 31
354
equipment used in the demonstration.
..::::::::+"
..:::::::::::.:::::::l= ari.
r'rt r.;iirilr::ri:,rrl
!i;l .t:,:.
RFP 20r 5-.r78-WG Poge 32
355
APPENDIX E
Revenue Pr;W Fo;
.'a,
$drA&AtmffiAtru
.17B.WG
r,.,*rropfi Xs; oPEnnroN oF
A uTCMhL_-E=p J;E=l,., Mnc H I N ES (ATM ),'''"AT vARlOUS%lTY-owNEDW,' . PR@PERryffi AND FACILITIES
PROCUREMENT DIVISION
1700 Convention Center Drive
Miomi Beoch, Florido 33139
RFP 2015-r 78-WG Poge 33
356
APPENDIX E
REVENUE PROPOSAL FORM
Proposer affirms that the prices stated on this form represents the entire cost of the items, except as otherwise allowed
in this RFP, in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and
** The Total shall be utilized to all.ogat-q, Cost Points in
RFP 20.l5-r 78-WG Poge 34
357
APPENDIX F
t\4 lAr\/tl mffi&th*
InSUfOnCe *R U^ffi,ti entS
ri"i', I ;t"
...*iiii iirq,,
.111. , 'lE:' "r"'i
' "''u**io.,5-.,zB
w;
IN*S L[A;_E:[€N=ffiD OPERATION OF
'!:,:::::: .1
AUTOMNEE;TL"LER MAC H I N ES (ATM)
AT-VANIffiUS CITY-OWNED
"'
,PROPERTIES AND FACILITIES.,;:.,:=. .-:
PROCUREMENT DIVISION
1700 Convention Center Drive
Miomi Beoch, Florido 33139
RFP 2015-r 78-WG Poge 35
358
INSURANCE REQUIREMENTS
The Provider shall furnish to the Department of Procurement, City of Miami Beach, 1700 Convention
Center Drive,3'd Floor, Miami, Florida 33139, Certificate(s) of lnsurance which indicate that insurance
coverage has been obtained which meets the requirements as outlined below:
.R
":AAIAMI Mffi&trN
Worker's Compensation lnsurance for all employees of the vendor a,g,gequired by Florida
.:rl.,ii:::::=
,:::4.!iir' -i:IBStatute 440.
,,:r,
Commercial General Liability Insurance on a comprehensiy€ibftig, including Personal
lnjury Liability, Products/Completed Operations, and Contractual Liability in an amount not
less than $1,000,000 combined single limit per occurrqnie for bodilyiniqry and property
Automobile Liability lnsurance covering all ow,,n€
connection with the work, in an amount not le'ss tl
"tt ,.
"::.:lir" i:i::-
'\ i':$;:.
hired vehidleSr.used in
A.
B.
damage. Gity of Miami Beach must be shown as afi::irdri,,aoiitional in3iiLa with respect
to this coverage.
C.and
combined singl6:.liinit per
occurrence for bodily injury and property damage.
A waiver of subrogation must be included for the insurance rffi5"ed above. All insurance policies
required above shall be issued by compani€*gthorized to do bu$ii,l,ffip under the laws of the State of
Florida, with the following qualifications: ,:ii .,,..,.,.,=,, -*rqff,?*M.
':ll" '''{zl rit:.. ill;,'
The company must be rated no less thah::,:.,,,1A" as-i'dtijanagemep$and no less than "Class
Vll" as to financial strg,ng...!|1. by the latest'editio-n'bf Be5fs lnsurance Guide, published by
A.M. Best Compan66rQ.lSffi$.lg1.,lew Jersey, or its equivalent,'subject to the approval of the
City Risk Manage-rr.,fidht DiVfSiSft; 'ijr' .B
";_='{ ,, .:,,.1...._.
The compq4y:iJl!-ust hotd{ji1lllifiFlo?.id.5,.1llqgEt}fj te of Authority as shown in the latest "List
of A1l;lhSEiaiiffip.o,,,ppanlES.,Authorized oi Approved to Do Business in Florida" issued by
the$iate of Florida Departmentpf lnsurance and are members of the Florida GuarantyI-und. '".{*
"s
Certificate#it!.indicate no ,Ofurtiond?change in insurance shall be made without thirty (30) days in
advance noticet the certificate,,'h'older.
t:t
CERTIFICATE HOI.DER MUST READ:*i,ttil.]'....+,=,.
CITY OF MIAI'III BEACH
17OO CONVENTION CENTER DRIVE
3RD FLooR
MIAMI BEACH, FL 33139
Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation
under this section or under any other section of this agreement.
RFP 2015-178-WG Poge 36
359