Loading...
Contract - Dunbar Armored - 9/10/2015 CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF ARMORED CAR SERVICES FROM DUNBAR ARMORED THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS That this Agreement for purchase of armored car services, and for related goods and services, referred to herein as the "Agreement," is made and entered into on this the l� day of the month of Ir 2015, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City," and DUNBAR ARMORED, whose offices are located at 50 Schilling Road, Hunt Valley, Maryland 21031, referred to herein as the "Services Provider." This Agreement supersedes and replaces any previous agreements between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to purchase armored car services, and to purchase associated goods and services, and City desires to purchase same from Services Provider; and WHEREAS, City has issued its Invitation for Bid under Solicitation Number 15-032, Class/Item 990-10 dated June 2015 and Addendum No. 1 dated June 25, 2015, for the provision of said goods and services, and City has selected the bid submitted by Services Provider; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE,WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Services Provider whereby City is obligated to buy specified goods and/or services and Services Provider is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid under 00339554/ss2 R-�2a L 5 -- Solicitation Number 15-032, Class/Item 990-10 dated June 2015 and Addendum No. 1 dated June 25, 2015; (b) Services Provider's Response to IFB; (c) contract award; and(d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Purchaser's Response to IFB; (3) City's Invitation for Bid, Addendums, Exhibits, and Attachments. B. City means the City of Round Rock,Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods mean the specified supplies, materials, commodities, or equipment. F. Services Provider means Dunbar Annored, or any of its successors or assigns. 2.01 EFFECTIVE DATE,INITIAL TERM,AND ALLOWABLE RENEWALS A. This Agreement shall be effective upon execution of both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the tern stated herein, or until terminated or extended as provided herein. B. The term of this Agreement shall be for three (3) consecutive twelve-month periods from the effective date hereof. After that term, this Agreement may be renewed for no more than two (2) additional teens of twelve (12) months each, with such renewals to occur on or before the expiration date of the preceding term, and with such renewals being absolutely predicated upon the express written agreement of both parties. Such renewals are permitted only provided Services Provider has performed each and every contractual obligation specified in this original Agreement. C. Price adjustments during the tern of this Agreement, if any, shall be in accordance with Part I, Item 10 of City's Invitation for Bid under Solicitation Number 15-032, Class/Item 990-10 dated June 2015. Services Provider may offer price decreases in excess of any allowable percentage change. 2 D. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Services Provider to supply the goods and services as outlined in City's Invitation for Bid under Solicitation Number 15-032, Class/Item 990-10 dated June 2015; Addendum No. 1 dated June 25, 2015; and Response to IFB submitted by Services Provider, all as specified in Exhibit"A" attached hereto and made a part hereof for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in relevant documents and as offered by Services Provider in its Response to the IFB. The goods and services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 ITEMS AWARDED All bid items on Exhibit"A" are awarded to Services Provider. 5.01 COSTS City shall pay to Services Provider for services performed the amounts set forth on page eleven(11) of Exhibit"A"("Bid Form"). 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Services Provider; B. Purchase Order Number; C. Description and quantity of items received; and D. Delivery dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. 3 Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City of Round Rock's bid, with the consent and agreement of the successful Services Provider(s) and Round Rock. Such agreement shall be conclusively inferred for the Services Provider from lack of exception to this clause in the Services Provider's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of, partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently- negotiated"piggyback"procurements. 8.01 NON-APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may effect such termination by giving Services Provider a written notice of termination at the end of its then-current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by City to Services Provider will be made within thirty (30) days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the goods or services, whichever is later. Services Provider may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Services Provider, a contractor, subcontractor, or supplier about the goods delivered or the service performed that causes the payment to be late; or B. There is a bona fide dispute between Services Provider and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or C. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or D. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 4 10.01 GRATUITIES AND BRIBES City may,by written notice to Services Provider, cancel this Agreement without incurring any liability to Services Provider if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Services Provider may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Services Provider's charges. 12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Services Provider cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Services Provider shall in all respects comply with the provisions delineated in Part VI, Item 1 of City's Invitation for Bid under Solicitation Number 15-032, Class/Item 990-10 dated June 2015 (including all attachments and exhibits), and its bid response. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act on its behalf: Elaine Wilson Accounting Manager Finance Department 221 East Main Street Round Rock, Texas 78664 512-218-5444 15.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 5 16.01 DEFAULT If Services Provider abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re-advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Services Provider shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance"section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Services Provider. B. In the event of any default by Services Provider, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Services Provider. C. Services Provider has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City tenninates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Services Provider, Services Provider shall discontinue all services in connection with the perfonnance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of tennination, Services Provider- shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 6 18.01 INDEMNIFICATION Services Provider shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Services Provider, or Services Provider's agents, employees or subcontractors, in the performance of Services Provider's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Services Provider (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES Services Provider, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. 20.01 ASSIGNMENT AND DELEGATION The parties hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither parry shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: A. When delivered personally to recipient's address as stated in this Agreement; or B. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Services Provider: Dunbar Armored 50 Schilling Road Hunt Valley, MD 21031 Notice to City: Laurie Hadley, City Manager Stephan L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 7 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Services Provider. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Services Provider and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 24.01 DISPUTE RESOLUTION City and Services Provider hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act(9 USC Section 1-14) or any applicable state arbitration statute. 25.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any such void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined to be void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Services Provider represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Services Provider understands and agrees that time is of the essence and that any failure of Services Provider to fulfill obligations for each portion of this 8 Agreement within the agreed timeframes will constitute a material breach of this Agreement. Services Provider shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Services Provider's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Services Provider shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City of Round Rock, Texas Dunbar Armored By: / ' 1 By: Printedacne: IAA Prin ed Name: J_ Patrick Frampton Title: NVA Title: Vp Date Signed: �/1 Cj Date Signed: 817/2015 For City,Attest: By: &W/'. Row/ Sara hite, City Clerk For Ci pproved as to orm: Stepha L. Sheets, City Attorney C,TM'4�', 9 1 I a f I I i — I s I ROUND.RUCKTEXAS j PUPCHiLSWG DIVISION r City of Round Rock, Texas Purchasing Division 221 East Main Street j Round Rock, Texas 78664-5299 i www.roundrocktexas.gov I i INVITATION FOR BID Armored Car Services SOLICITATION NUMBER 15-032 i JUNE 2015 i i i I Exhibit "A" i F I City of Round Rock Armored Car Services 1FB No.15-032 Class/item:990-10 June 2015 CITY OF ROUND ROCK i INVITATION FOR BID Armored Car Services PART I GENERAL_ 1. PURPOSE: The City of Round Rock,herein after"the City"seeks quotes from firms experienced in armored car services to provide pickups and delivery of deposits (cash, currency, coins, checks, drafts, notes, etc.) for the City's Treasury and other departments in accordance with the terms, conditions and specifications of this invitation for bid. i 2. BACKGROUND: The City of Round Rock has a total of four(4) locations that include City Hall, McConico Building, Clay Madsen Recreation Center and the Round Rock Sports Center where armored car services shall be required for pickup and delivery of deposits Monday through Friday. 3. ATTACHMENTS., Attachment A through D,are herein made part of this invitation for bid: 3.1 Attachment A: Bid Sheet 3.2 Attachment B: Reference Sheet 3.3 Attachment C: Questionnaire 3.4 Attachment D: Addendum Acknowledgment Form 4. CLARIFICATION: For questions or clarification of specifications,you may contact: Mike Schurwon,CPPB,CTPM Purchaser Purchasing Department City of Round Rock E-mail: mschurwon(a)_roundrocktexas.gov_ The individual listed above may be contacted by e-mail for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Department. 5. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent shall: 5.1. Be firms,corporations, individuals or partnerships normally engaged in providing armored car services as specified herein and have adequate organization, facilities, equipment, financial I capability,and personnel to ensure prompt and efficient service to the City; 5.2. Provide all labor, supplies and materials required to satisfactorily perform the services as specified herein and own or acquire at no cost to the City all equipment and tools Respondent deems necessary to provide armored car services The City shall not be responsible for any Respondent's tools or equipment lost or damaged during the performance of the services specified herein; i 5.3. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the United States,or not having a home office inside the United States will not be included for consideration in this procurement process; Page 2 of 15 Exhibit "A" i , i City of Round Rock Armored Car Services i IFB No. 15-032 I Classlitem:990-10 June 2015 6. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform required services. The City seeks to do business directly with a company experienced in providing armored car services. 7. DAMAGE: The Respondent shall be responsible for damage to the City's equipment and ! or property,the workplace and its contents by its work,negligence in work,its personnel and equipment usage. 8. SAFETY: The City reserves the right to remove any employee from City property for violation of federal, state, and local health, safety and environmental laws, ordinances, rules and regulations. The Respondent shall: 8.1. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA),State and City safety and occupational health standards and other applicable federal, state,and local health,safety,and environmental laws ordinances,rules and regulations in the performance of these services; 8.2. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site, In case of conflict,the most stringent safety requirement shalt govern; 8.3. Indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments,fines penalties and liability of every kind arising from the breach of the Successful Respondents'obligations under this paragraph. 9. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs,labor,overhead charges,travel,payroll expenses,freight,equipment acquisition and maintenance,demurrage,fuel surcharges,delivery charges,costs associated with obtaining permits, insurance,bonds and risk management. No separate line item charges shall be permitted for either response or invoice purposes. j 10. PRICE INCREASE: Contract prices for armored car services shall remain firm throughout the initial i twelve (12) month term of the contract. A price increase to the agreement may be considered at renewal time each year and shall be equal to the consumer price index for that year, but at no time can the increase be greater than 25%of the contract price. 10.1. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage change in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The price adjustment rate will be determined by comparing the percentage difference between the CPI in effect for the base year six month average (January through June OR July through December); and each (January through June OR July through December six month average)thereafter. The percentage difference between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index(CPI)is found at the Bureau of labor Statistics,Consumer Price Index website: htto://www.bis.gov/coil. 10.2. Procedure to Request Increase: 10.2.1. Mail the written price increase request with the rate detail comparison and ' comprehensive calculation to the designated City Contract Specialist a minimum of 45 days prior to each renewal period. The detailed written calculation will be verified and confirmed. All written requests for increases must include the City of Round Rock contract number, solicitation reference Information and contact information for the authorized representative requesting the increase. Price increase requests shall be sent by mail to: Page 3 of 15 Exhibit "A" i I City of Round Rock Armored Car Services IFS No.15-032 Class/item:990-10 June 2015 City of Round Rock Purchasing Department Attn: Contract Specialist 221 East Main Street Round Rock,TX 79664-5299 10.2.2. Upon receipt of the request,the City reserves the right to either,accept the escalation and make change to the purchase order within 30 days of the request,negotiate with the Vendor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 11. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: 11.9 The tern of the initial Agreement shall begin from date of award and shall remain in full force for thirty six(36)months. 11.2 The agreement may be renewed for two(2)additional twelve(12)month,provided both parties agree in writing prior to the expiration of the current term. 11.3 The City reserves the right to review the awarded respondents'performance anytime during the contract term. 11.4 If the awarded respondent fails to perform its duties in a reasonable and competent manner, the City shall give written notice to the respondent of the deficiencies and the respondent shall have thirty (30) days to correct such deficiencies. if the respondent fails to correct the deficiencies with the thirty (30) days, the City may terminate the agreement by giving the respondent written notice of termination and the reason for the termination. 12. ACCEPTANCEIINSPECTION: Armored car services pickup and deliveries shall be made in accordance with the pickup schedule Monday through Friday at the speck times as outlined in the bid form for each pickup location. The awarded Contractor will be notified within one (1)business day if the services delivered are not in full compliance with the specifications. In the event the services are not performed to the satisfaction of the City, the City shall notify Contractor same business day in order to re-schedule armored car services for the specific pickup. If any agreement or purchase order is cancelled for non-acceptance, the needed services may be purchased elsewhere and the vendor may be charged liquidated damages. i I i i i i i i Page 4 of 15 I i Exhibit "A" l i i City of Round Rock Armored Car Services IFB No. 15-032 class/item:990-10 June 2015 I PART 11 t I SPECIFICATIONS I 1. SCOPE: The City of Round Rock is requesting invitation for bids for armored car services for the City of Round Rock. The successful bidder shall be required to make scheduled pickups and deposits i from various City locations on the days and times defined in these specifications. 2. SERVICE REQUIREMENTS: Services shall be performed at: i 2.1. City Hall,221 E.Main Street, Round Rock,Texas 78664 Monday-Friday by 12:00 p.m. Liability Limit: $500,000 2.2. McConico Building,203 W. Bagdad, Round Rock,Texas 78664 Monday-Friday by 12:00 p.m. Liability Limit: $50,000 2.3. Clay Madsen Recreation Center,1600 Gattis School Rd., Round Rock,Texas 78664 Monday,Wednesday,and Friday by 12:00 p.m. Liability Limit: $50;000 2.4. Round Rock Sports Center,2400 Chisholm Trial, Round Rock,Texas 78681 Monday by 12:00 p.m. Liability Limit: $50,000 Deposits include cash,currency,coins,checks,drafts,notes, etc. Pickup dates exclude the City of Round Rock holidays as follows: New Year's Day, Memorial Day, Independence Day,_Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day (and either working day before or after). Pickups and deliveries may not be required on banking holidays,such as: Martin Luther King Day, Columbus Day,Veterans'Day,or President's Day 3. POINT OF CONTACT 1 DESIGNATED REPRESENTATIVE: i 31. Respondent's point of contact: In order to maintain consistent standards of quality work performed across the City,the City shall be provided with a designated and identified point of contact upon award of the contract to include contact information. The City's designated representative shall be notified by the Respondent immediately should the point of contact change. 3.2. The City's designated representative: The City's designated representative shall be: Sherri Crone Accounting Supervisor City of Round Rock—Finance Department Phone: 512-218-5443 E-mail: scroneAroundrocktexas.9ov 4. WORKFORCE: Successful Respondent shall: I i 4.1. Ensure Respondent's employees perform the services in a timely, professional and efficient manner; i i Page 5 of 15 I Exhibit "A" i City of Round Rock Armored Car Services i IFB No.15-032 Class/Item:990-10 June 2015 4.2. Ensure Respondent's employees, while working on City property, wear a company uniform and identification badge that clearly identifies them as the Respondent's employee; 4.3. Employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States. S. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services needed to satisfy requirements within budgetary constraints,which may be more or less than indicated. 6. PERMITS: The Successful Respondent shall obtain all necessary permits, licenses, and/or i certificates required by federal, state and local laws, ordinances, rules or regulations for the completion of the services as specified herein. PART III - SCHEDULE AND RESPONSE INSTRUCTIONS I 1. SCHEDULE OF EVENTS: It is the City's intention to comply with the following solicitation timeline: I i EVENT DATES Solicitation Released June 13,2015 j Deadline for Submission of Questions June 19,2015 @ 5:00 PM,CST i City responses to Questions June 23,2015 @ 5:00 PM,CST Deadline for Submission of responses July 1,2015 @ 3:00 PM,CST R Contract Start Date(Anticipated) August 17,2015 All questions regarding.the solicitation shall be submitted in writing by June 19,2015,@ 5:00 p.m., CST on the due date noted above. A copy of all the questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at htti3:/Avww.roundrocktexas.gov/bids Questions shall be submitted to the City contact named herein. The City reserves the right to modify these dates. Notice of date change will be posted to the City's website. 2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at htto://www.roundrocktexas.govlbids for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancelations, notifications, and any other pertinent i information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. i 3. RESPONSE DUE DATE: Signed and sealed responses are due at or before Wednesday,July 1, 2015 @ 3:00 p.m.,on the due date noted in Part 111,Section 1. Mail or hand deliver sealed responses to: City of Round Rock Attn: Mike Schurwon, CPPB, CTPM i Purchasing Department i 221 E.Main Street Round Rock,Texas 78664-5299 i Pagc 6 of 15 i i Exhibit "A" i City of Round Rock Armored Car Services IFB No. 15-032 Class/Item:990-10 June 2015 3.1 Sealed responses shall be clearly marked on the outside of packaging with your Company name,the Solicitation title(Armored Car Services),bid number(IFS No.15-032),due date and "DO NOT OPEN". 3.2 Facsimile or electronically transmitted responses are not acceptable. 3.3 Responses cannot be altered or amended after opening. 3.4 No response can be withdrawn after opening without written approval from the City for an acceptable reason. 3.5 The City will not be bound by any oral statement or offer made contrary to the written specifications. 3.6 Samples andfor copies shall be provided at the Respondent's expense,and shall become the property of the City. 5. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses,or to accept any response deemed most advantageous,or to waive any irregularities or informalities in the response received that best serves the interest and at the sole discretion of the City. All solicitations received may be evaluated based on the best value for the City. In determining i best value,the City may consider: 5.1 Purchase price; i 5.2 Reputation of Respondent and of Respondent's goods and services; 5.3 Quality of the Respondent's goods and services; 5.4 The extent to which the goods and services meet the City's needs; ' i 5.5 Respondent's past performance with the City; i 5.6 The total long-term cost to the City to acquire the Respondent's goods or services; 5.7 Any relevant criteria specifically listed in the solicitation. Respondents may be contacted for clarification of bid and/or to discuss details of the services they are proposing.This may include a presentation and/or the request for additional materialfinformation to clarify. 6. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split award, primary and secondary award, non-award, or use any combination that best serves the interest and at the sole discretion of the City. Award announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at http://www.roundrocktexas.goylbids i I 7. POST AWARD MEETING: The City and Successful Respondent(s)may have a post award meeting j to discuss,but not be limited to the following: 7.1 The method to provide a smooth and orderly transition of services performed from the current contractor; I 7.2 Provide City contact(s)information for implementation of agreement. 7.3 Identify specific milestones,goals and strategies to meet objectives. i i 8. NON-APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues I only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in i Page 7 of 15 Exhibit "A" i City of Round Rock Armored Car Services IFB No. 15-032 Class/Item:990-10 June 2015 question. The City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. 9. INTERLOCAL COOPERATIVE CONTRACTING (PIGGYBACK): Other governmental entities may be extended the opportunity to purchase off of the City's agreements,with the consent and agreement of the awarded Vendor(s)and the City. Such consent and agreement shall be conclusively inferred from lack of exception to this clause in a Respondent's submittal. However, all parties indicate their j understanding and hereby expressly agree that the City Is not an agent of,partner to,or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements. i PART IV RESPONSE REQUIREMENTS The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Respondents are encouraged to carefully read the entire solicitation. Respondents shall submit one (1) evident signed "Original" and four (4) copies of the response requirements including any required attachments. The samples and/or copies shall be provided at the Respondent's expense,and shall become the property of the City. This invitation for bid (IFS)does not commit the City to contract for any supply or service. Respondents are advised that the City will not pay for any administrative costs incurred in response preparation to this IFB;all costs associated with responding to this IFB will be solely at the interested parties'expense. Not responding to this IFB does not preclude participation in any future RFP/RFC/IFB. For your bid to be responsive, all required Items Identified below shall be submitted with your proposal. Attachment A: Responses shall be submitted on itemized, signed Bid Sheet provided herein. Failure to itemize or sign solicitation may result In disqualification. Submission of responses on forms other that the City's Solicitation Document may result in disqualification of the response. Attachment B: Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal,Government agencies or firms of comparable size that have utilized similar service within the last two(2)years.City of Round Rock references are not applicable.References may be checked prior to award. Any negative responses received may result in disqualification of submittal. Attachment C: Provide responses Questionnaire. Attachment D; Provide signed copy of the Addendum Acknowledgement Form or a signed copy of each issued addendum with bid upon submission. Additional Information Requested: Contract Information: Respondent shall provide information of any current established contract '• with a local City,County,Municipality,Cooperative Agreement,Comptroller of Public Accounts (CPA)Texas Smart Buy Contract,Texas Multiple Award Schedule(TXMAS),General Services Administration(GSA),Inter-local Agreement,or any other contractual resource. The following items shalt be made available upon request by the City prior to award and the approval '• of any contract: Proof of insurance for General Liability, Worker's Compensation and standard automobile liability coverage as set forth by the Insurance Requirements as identified on the City's website at: http://www.roundrocktexas.gov/bids Page 8 of 15 i Exhibit "A" i I City of Round Rock Armored Car Services IFB No. 15-032 Class/item:990-10 June 2015 i PART V CONFIDENTIALITY OF CONTENT I 1. CONFIDENTIALITY OF CONTENT:All documents submitted in response to a solicitation shall be subject to the Texas Public Information Act.Following an award,responses are subject to release as public information unless the response or specific parts of the response can be shown to be exempt from the Texas Public Information Act.Pricing is not considered to be confidential under any circumstances. 1.1 Information in a submittal that is legally protected as a trade secret or otherwise confidential must be clearly indicated with stamped,bold red letters stating"CONFIDENTIAL"on that section of the document.The City will not be responsible for any public disclosure of confidential infonnation if it is not clearly marked as such. 1.2 If a request is made under the Texas Public Information Act to inspect information designated as confidential,the Respondent shall,upon request from the City,furnish sufficient written reasons and information as to why the information should be protected from disclosure.The matter will then be presented to the Attorney General of Texas for final determination. PART VI GENERAL TERMS AND CONDITIONS I INSURANCE REQUIREMENTS (ITEMS BELOW APPLY TO AND BECOME A PART OF THE CONTRACT) 1. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth by the Insurance Requirements as identified on the City's website at:http://wwvi.roundrocktexas.gov/bids 2. DEFINITIONS. TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's standard Definitions,Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise In a separate agreement or on the face of a purchase order. Said Definitions,Terms and Conditions are subject to change without notice. It is the sole responsibility of respondents to stay apprised of changes. The City's Definitions, Terms and Conditions can be obtained from the City's website http:/fwww.roundrocktexas.gov/bids I 3. PROMPT PAYMENT POLICY: Payments will be made In accordance with the Texas Prompt Payment Law,Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after the acceptance of the supplies, materials, equipment, or the day on which the performance of services was completed or the day,on which the City receives a correct invoice for the supplies,materials,equipment or services,whichever is later. The Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however,this policy does not apply to payments made by the City in the event: i 3.1 There is a bona fide dispute between the City and Vendor concerning the supplies,materials, i services or equipment delivered or the services performed that causes the payment to be late; or ' 3.2 The terms of a federal agreement,grant,regulation,or statute prevent the City from making a timely payment with Federal Funds;or i i i Page 9 of 15 Exhibit "A" I i f • 4 i City or Round Rock j Armored Car Services i IFB No. 15-032 l Class/Item:990-10 ,lune 2015 ' I I PART V1 I GENERAL.TERMS AND CONDITIONS f INSURANCE REQUIREMENTS (ITEMS BELOW APPLY TO AND BECOME A PART OF THE CONTRACT) j 3.3 The is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor I and its suppliers concerning supplies, material, or equipment delivered or the services i performed which caused the payment to be late;or 3.4 The invoice is not mailed to the City in strict accordance with instructions, if any, on the I purchase order or agreement or other such contractual agreement. I I i i i i i I Page 10 of 15 I Exhibit "A" i i i City of Round Rock Armored Car Services IFB No. 15-032 Classlitem:990-10 s June 2015 ATTACHMENT A: BID FORM i PURCHASING DEPARTMENT 221 E. Main Street-Round Rock,Texas 78664-5299 Solicitation Number: HIS-032 Tax ID Number: 52-035776 0 Solicitation Name: ARMs GRED CAR p SERVICES � Business Name: Dunbar Armored _ Opening Date: July 1,2015 Address: 50 Schilling Road Opening Time: On or Before 3:00 p.m. � CST ;�c Address: Hunt Valle-y, I+D .1031 0 Opening Location: City of Round Rock Wp Contact: Rosemary Ayala Q City Hall 741 0-229-1 906 Telephone: F- O I U 221 E.Main Street p, p Round Rock,TX 78664 w E-n)ail:rosemary -a-y-a•la4duabar.armar-ed. om rn Wcbsite: www.dunbararmored.com HOW nln YOU IIE'Ut anouTT11MNewspaper E] City's Wabsite F E-mail Announcernent E] F,SBD � Other SOLICITitTIO\2 LEI. 1st TIME attE You ® yeS No Register at: RESCU�DIN(;Tt) ❑Ycs ®NU RIiC1.STERIiQttTl'll 71rec11�'? vF: nnnra:.n,n.tt:e haps:[Lr�stt�dC4.elc,muniss�tf �rv� e,.rout/_vsndQld�favl#� px Bidder(s)to quote pricing to provide Armored Car Services as follows: Item# Descrlptlon Quantity Unit of Unit Price Extended Price Measure City Hall,221 E.Main Street,Round Rock, 1 Texas 78664 5 Days/Week $379/mo $4,548 Monday—Friday by 12:00 p.m. Liability Limit: $500,000 McConico Building,301 W.Bagdad, 2 Round Rock,Texas 78664 5 DaysNVeek $379/mo $4,548 Monday—Friday by 12:00 p.m. Liability Limit: $50,000 Clay Madsen Recreation Center,1600 Gattis School Rd.,Round Rock,Texas 78664 3 Da s0eek 3 Monday,Wednesday,and Friday by 12:00 y $256/mo $3,072 i p.m. I Liability Limit: $50,000 I Round Rock Sports Center,2400 4 Chisholm Trail,Round Rock,Texas 78681 1 DaylWeek Monday by 12:00 p.m. $320/mo $1 ,440 Liabilit Limit: $50,000 Additional Services: 5 Holiday Service 1 Per Trip $65/ea B Excess Time(Waiting time over 5 minutes 1 per Minute for pickups of deposits) $2/min i Page I I of 15 Exhibit "A" I I City of Round Rock Armored Car Services 1FB No. 15-032 Classlitem:990-10 i June 2015 ! ATTACHMENT A: BID FORM j PURCHASING DEPARTMENT 221 E.Main Street o Round Rock,Texas 78664-5299 (Continued) j Bidder(s)to quote pricing to provide Armored Car Services as follows: I Item# Description Quantity Unit of Unit Price Extended Price Measure 7 Additional Pickups 1 Per Trip $3 0/ea 6 Excess Liability 1 Per$1,000 $0.28/$1 ,000 over r,r c i a i crl limit I I i i I I I I i Page 12 of 15 i Exhibit "A" i c 1 s 3 • I City of Round Rock Armored Car Services IFB No.15-032 Class/Item:990-10 June 2015 ATTACHMENT 13: RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 15-032 RESPONDENT'S NAME: Dunbar Armored DATE: 7/8/2015 i Provide the name, address,telephone number and e-mail of at least three(3)Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two(2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. 1. Company's Name Attached Name of Contact. Title of Contact E-Mail Address Present Address City,State,Zip Code Telephone Number ( } Fax Number:{ ) 2. Company's Name Name of Contact Title of Contact I II E-Mail Address 1 I Present Address City,State,Zip Code i Telephone Number ( ) Fax Number:( ) 3. Company's Name Name of Contact Title of Contact E-Mail Address I Present Address City,State,Zip Code Telephone Number ( ) Fax Number:{ } i FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Page 13 of 15 Exhibit "A" PRICING DATA SHEET Dunbar's pricing assumes checks are covered for reconstruction purposes only. That is the agency will cooperate to the best of its ability to identify the maker and amount of each check in the event it is lost or stolen and to obtain a replacement check. Dunbar's pricing does not include supplying tamper evident bank bags. Security bags are available for purchase fl-om Dunbar Security Products at 800-766-9145. Please contact your Dunbar Account Executive for additional information, Dunbar will provide next business day delivery to the bank. The depository used must be a i major bank CCV in Austin. Due to the nature of our business armored car routes are subject to change for a variety of reasons including but not Limited to traffic and weather conditions as well as road and security issues. I i i i Exhibit "A" i References Matt Hartman ' I City of Austin Financial Consultant FS D-Treasury j Matthew.Hartman@austintexas.gov (512)974-7884 Jennifer Gates Procurement Specialist II-Convention and Sports Facilities City of San Antonio Finance Department-Procurement Division Office: (210) 207-7936 Fax:(210)207-8073 Jennifer.Gates@sanantonio.eov i i Geneva Kayser,CTSBO Del Valle ISD—Purchasing Coordinator 512-386-3038 512-386-3144(Fax) geneva.kayser@del-vslle.kl2.tx.us I i r i I i Exhibit "A" i City of Round Rock Armored Car Services IFB No. 15-032 Classlitem:990-10 June 2015 I ATTACHMENT C: QUESTIONNAIRE Company Name: Dunbar Armored i Authorized Representative Signature: Provide responses to the following: 1. Describe the security measures your company has in place for armored car services requested in this IFB? Attached 2. Describe your company pre-employment screening practices and background check process. 3. Describe your shipment tracking systems,tools,and capabilities. i i 1 i 4. Describe your claims process, Including the average length of time to settle a claim. i 5. Describe your process to ensure successful implementation and on-going account management. 6. Provide your location and hours of operation for your dispatch service. i 7. Designate whether your company provides same day or next day banking delivery to a central vault location. i i Page 14 of 15 I Exhibit "A" i City of Round Rock Armored Car Services-IFB No. 15-032 -U-1X ATTACHMENT : QUESTIONNAIRE I Company Name:Dunbar Armored,Inc. Authorized Representative Signature: Provide responses to the following: 1. Describe the security measures your company has in place for armored car services requested in this IFB? Security at Dunbar is Job #1, and the focus of our business. Dunbar's established security procedures prevent losses and ensure safety. The true value of the security that we provide to our customers is ultimately measured by the degree to which we are able to prevent losses and improve safety. Our personnel, equipment and facilities are of little value if they fail to protect deposits and other valuables in transit and make our customers feel safer. Therefore, it is not so much what we make happen,as what we prevent from happening that makes us valuable to our customers. Dunbar has honed and refined processes that assure our customers that the integrity and security of their assets are protected. M Dunbar operates three departments that are focused on security. e Security Department Compliance&Training Department s e Firearms Security Our Security Department consists of a National Director of Security and regional Security Directors. Dunbar Security Directors are responsible for thoroughly investigating all loss incidents and robberies,as well as any reports of suspicious vehicles or persons. This position is staffed by personnel who each have many years of law enforcement and investigative experience. Dunbar's Compliance & Training Department is responsible for a program unique to Dunbar within our industry. Our Compliance and Training Officers serve two purposes; they audit our facilities to ensure compliance with operational policies and procedures as well as facility standards, and they survey our routes for safety and security compliance. They also work with our insurers from London who audit many of our facilities and procedures annually. Compliance Officers are responsible for training our personnel. They train guards &.vault personnel in proper procedures,and they train drivers in defensive driving techniques. i I Dunbar Armored Page 1 I Exhibit "A" i i Our Firearms Security Trainers are led by Dunbar's National Firearms instructor. All of our Firearms Instructors are trained in the MRA's Law Enforcement Firearms Instructors School,and our training program is certified by the NRA. Dunbar meets or exceeds state firearms training laws in each jurisdiction in which we operate. Physical Controls j Security is a word that is embedded into all facets of our business operation. Every employee at Dunbar is thoroughly screened and then trained as a security professional. Dunbar has designed our systems to minimize the possibility of theft or misappropriation of funds. This dedication to security lowers Dunbar's losses and allows us to pass the savings to you. Dunbar Branch Security The layout of our facilities provide for clear surroundings. There is good perimeter lighting. Buildings are block construction with steel bar joists and a steel roof deck. All entrances and exits are under 24 hour camera or guard surveillance. The camera surveillance system within the building monitors all entrances, exits and work areas. All Dunbar branches are equipped with modern CCN systems. Cameras are placed in strategic locations throughout the facility as determined by our Security Department. The camera images are recorded in a combination of"real time"and "time lapse" methods. All cameras and monitors are checked daily for coverage and clarity. Problems are reported immediately to a professional repair service. This check insures that the device is recording at the desired speed and that the switching unit is functioning properly. j Alarms i The alarm system is a centrally monitored premise alarm, and is UL AA rated. In the event of I emergency repair and/or backup of the alarm system, Dunbar has developed formalized procedures on shutdowns,plus we have an independent auxiliary power source. ; Vaults ' i Vaults are UL Class 11, and are under dual control. Signature and date/time of every employee ; entering and exiting the vault is kept on file. The doors used to access the storage area are electronically controlled,operator activated by key. Every transaction performed in Dunbar's high security cash vaults is under surveillance. As a Dunbar customer, your valuables are fully protected by "All-Risk" insurance - the most comprehensive coverage available. Dunbar Armored Page 2 i i Exhibit "A" i Inbound shipments are received in Dunbar's cash vault area and receipted for under direct CCN coverage. Total items are then balanced. Cameras are positioned to capture all angles where valuables are handled.Additionally,cameras are installed in teller booths to cover processing sessions. 4i Random and scheduled audits are performed by Compliance Officers, Security Department i personnel, and other Dunbar Managers that include checking cameras to insure proper coverage. Security Procedures Dunbar branches utilize bar-code scanning technology to track and control valuables picked up, delivered and processed. Dunbar policy requires our employee to obtain a signature any time an item is given. Dunbar's procedures require Dual Control. 2. Describe your company pre-employment screening practices and background check process. Dunbar Armored is committed to providing our customers with a consistent pickup and delivery staff,augmented by experienced back-up personnel who are familiar with our route structures and the requirements of our customer base. We provide our employees with all the materials i and training necessary to perform their duties in a safe,knowledgeable and secure manner. I The training we provide meets or exceeds industry standards, and complies with all government regulations. The readiness of our employees, their knowledge, skill, instinct and training, coupled with the finest 'armored vehicles and equipment in the industry enables Dunbar i Armored to delivery security to our customers. i Prospective Dunbar employees are carefully screened prior to hiring. All applicants are required to undergo a medical examination, polygraph testing (where permitted by law), U.S. Department of Transportation drug testing and background checks. Throughout the employee's tenure with Dunbar, they are subject to random drug testing, review of driving record, and testing as required by local and state agencies with regard to gun permits. The following III tests/checks are normally performed: I A Application process B. Physical Exam C. Driving record for period allowed by law in state of employment D. Pre-employment drug testing E. Criminal record check for past 10 years F. Random drug testing policy G. Work history for the past 10 years H. Background investigation I. Psychological testing Dunbar Armored Page 3 Exhibit "A" i I I I t J. Fingerprinting { K. 1-9 documentation L Social Security Number verification M. Residency verification for past 7 years in-addition to these reviews, our Driver/Guards must obtain Department of Transportation certification by passing a D.O.T. physical and drug screen.Their D.O.T. certification is renewed every two years,and they are subjected to random drug screens throughout their employment. Finally, our Driver/Guards are required to obtain a handgun permit in the state of their employment and are, therefore, subjected to the additional scrutiny of that state's commissioning agency. I B. Describe your shipment tracking systems,tools,and capabilities. Dunbar Armored offers not only more than 90-years of continuous experience in the armored j car business, but also a financially sound American corporation prepared to meet the growing i needs of our clients. Dunbar continues to refine processes, mitigate risks and implement new i technologies to effectively respond to the unique needs of our customers across the country. Dunbar leads the industry with state-of-the-art facilities coast-to-coast and innovative digital package tracking systems supported by time-tested operating procedures to meet your cash management needs. Dunbar Armored utilizes hand-held scanners for processing the armored pick-up and delivery. Dunbar has the ability to provide our customers with unparalleled transportation information— including proof of delivery. Data transmitted from Dunbar's mobile handheld barcode scanners enables Dunbar Valu-Trak to provide secure web-based access to the daily activity between Dunbar and your locations. Dunbar's, web based reporting system, Valu-Trak® is our state-of-the-art system for tracking valuables and cash in transit. Dunbar's www.dunbarvalutrak.com website provides a secure password controlled system that allows customers to view yesterday's activity for their deposits, withdrawals and inventory. Our customers are able to track the initial pick-up through transport, view deposit verification information and place change orders on line which provides unmatched access to daily business information. This allows Dunbar customers to obtain vital information through a variety of reports for use with their cash management needs. Dunbar is the industry leader in providing this level a detailed real-time reporting for their customers. 4. Describe your claims process,including the average length of time to settle a claim. All claims must be submitted in writing within thirty (30) days of occurrence. The claim letter i should include the date of the occurrence, the amount of the claim, and the basis for determining that Dunbar is responsible. i Dunbar Armored Page 4 i Exhibit "A" i A claims adjuster is assigned to all claims covered by insurance. Certain business records must be provided to substantiate the amount of loss. This would include a copy of the receipt signed by Dunbar, a copy of the deposit ticket, a check listing, and any other records maintained through the normal course of business that would substantiate the loss. ' Claims are normally processed in two to four weeks. Specific claims information is considered confidential and proprietary. 5. Describe your process to ensure successful implementation and on-going account management. Dunbar's Headquarters and Operations personnel are highly skilled in small & large-scale service conversions and very familiar with providing high quality, streamlined service in high volume, fast- paced environments.They work closely with Dunbar's local representatives who directly interface with your locations and are fully prepared to deliver quick and accurate response during both service transition implementation and throughout your contract term. j f At Dunbar our clients can rely solely on one contact person/department to assist with any issues i I that may arise during the course of their service. This is a significant benefit that has proven to be most effective in helping to not only personalize the service provided by Dunbar Armored, f but also to ensure an efficient and effective resolution of customer service issues. Dunbar's Client Help Desk,located at our corporate headquarters in Hunt Valley, MD,specializes in providing outstanding customer service. Our dedicated Customer Service Representatives ensure Dunbar's ability to respond to customer inquiries in a timely fashion. For example, Dunbar's Client Help Desk usually responds to inquiries in 24 hours or less. With their record of successful achievement, our Help Desk personnel will continue to raise the standards for customer service in our industry. The Client Help Desk staff also monitors our Account Maintenance Program. This program is designed to play an important role in achieving our goal of customer satisfaction. It provides Dunbar with the opportunity to take a proactive approach in supporting our customers. It is our intention that customer problems or concerns will be addressed prior to becoming a serious issue. The Account Maintenance Program allows Dunbar to manage visit dates with our customers. Essentially, it reminds our personnel when to visit our clients. We believe that personally contacting our customers provides Dunbar with the opportunity to ask the necessary questions, and to implement immediate resolution,all of which promotes sound customer service. I 6. Provide your location and hours of operation for your dispatch service. The City's service will be provided by Dunbar's facility located at 1106 Smith Rd in Austin, TX. i The hours of operation are: M-F 0645-2230,Sat 0830-2000 and Sun 0900-2000. 7. Designate whether your company provides same day or next day banking delivery to a central vault location. Dunbar provides next business day delivery to the central vault. Dunbar Armored page 5 ' i Exhibit "All i City of Round Rock Armored Car Services j IFB No. 15-032 Classlitem:990-10 I June 2015 i ATTACHMENT D: ADDENDUM ACKNOWLEDGMENT FORM NOTE: If multiple addendums have been issued, respondents may complete and return this attachment with their proposal in place of the individual addendums to be submitted. Failure to provide either this form or the individual addendums with signatures may result in disqualification of the proposal. Addenda Acknowledgment: The undersigned acknowledges the receipt of the following Addenda: Addendum#: 1 Dated; 6/25/2015 Addendum#: Dated: Addendum#: Dated: f Addendum#: Dated: i Addendum#: Dated: i I Respondent(Company): Dunbar Armored Signature(in ink): Name(Typedlprinted): J. Patrick Frampton. Title: VP Date: 7/1 /2015 I i I k PHge 15 or 15 i i Exhibit "A" i i l PZOUN113 P.0C1< TEXAS PURCHASING 1.31VI51ON ' I CITY OF ROUND ROCK i IFB NO. 15-032 ARMORED CAR SERVICES i i IFB No. 15-032 Addendum No. 1 Date: Thursday,June 25, 2015 The following response is in reference to all questions submitted by the deadline on Friday, 06/19/15, for IFB No. 15-032 for Armored Car Services and to notify all prospective bidders that the bid opening date is being changed as outlined below: CHANGE BID OPENING DATE FROM: Wednesday, July 1, 2015 @ 3:00 p.m. CHANGE BID OPENING DATE TO: Wednesday, July 8, 2015, @ 3:00 p.m. Response Due Date: Signed and sealed responses are due at or before Wednesday, July 8, 2015 @ 3:00 p.m. Mail or hand deliver sealed responses to: City of Round Rock—City Hall Receptionist Desk, 1s'Floor Attn: Mike Schurwon, CPPB, CTPM Purchasing Department 221 E. Main Street Round Rock,Texas 78664=5299 Question No. 1: How many items are presented for pickup at each location on each day of service? Answer: CMRC 1-3 McConico 1-5 ( City Hall 1-10 t Sports Center 5-8 (once a week) Question No. 2: Do any locations ship or receive a quantity of coin? Answer: No i I Question No. 3: What is the earliest time that a pickup can be performed at each location? Answer: 8:15 AM Question: No. 4: Do any locations have building security requirements that the Respondent should be aware of? Answer: Yes,this will be addressed with the winning bidder. i i I Parc l 1 Exhibit "A" CITY OF ROUND ROCK IFB NO. 15-032 ARMORED CAR SERIVCES (CONTINUED) IFB No. 15-032 Addendum No. 1 Date: Thursday, June 25, 2015 Question No. 5: May the Carrier be armed at all times in the perforrimance of their duties? Answer: Yes Question No. G: Will you accept quotes for delivery to the bank on the next business day? Answer: Yes Question No. 7: Does the City currently pay a per-pickup rate for this service? Answer: No. We pay a monthly rate per location. Question No. 8: What.is the current rate paid by the City? Answer: CMRC =$174.15 1 McConico= $290.25 1 City Hall=$380.81 Sports Center= $89.60= Total Monthly Rate: $934.81 w Approved by: 1� �(�' /�,`�"� 'Us'iai. Date: 0(o— Michael Schurwon, CTPM,CPPB Purchaser By the signatures affixed below this addendum is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED: Dunbar Armored7/1 /2 0 1 5 Authorized Vendor Sig ure Date i RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. I i Page 12 i I Exhibit "A" "Lbar AM® D 50 Schilling Road Hunt Valley, MD 21031-1424 City of Round Rock City Hall Receptionist Desk—15t Floor Mike Schurwon,CPPB, CTPM Purchasing Department 221 E. Main Street Round Rock,TX 78664-5299 lFB No. 15-032 Armored Car Services Due July 8,2015 @ 3:00 pm DO NOT.OPEN The Most Trusted Name In f rel J�� ROUND ROCK TEAS PURCHASING DIVISION CITY OF ROUND ROCK IFB NO. 15-032 ARMORED CAR SERVICES IFB No. 15-032 Addendum No. 1 Date: Thursday, June 25, 2015 The following response is in reference to all questions submitted by the deadline on Friday, 06/19/15, for IFB No. 15-032 for Armored Car Services and to notify all prospective bidders that the bid opening date is being changed as outlined below: t I s CHANGE BID OPENING DATE FROM: Wednesday, July 1, 2015 @ 3:00 p.m. CHANGE BID OPENING DATE TO: Wednesday, July 8, 2015, @ 3:00 p.m. Response Due Date: Signed and sealed responses are due at or before Wednesday, July 8, 2015 @ 3:00 p.m. Mail or hand deliver sealed responses to: City of Round Rock—City Hall Receptionist Desk, 15t Floor Attn: Mike Schurwon, CPPB, CTPM Purchasing Department 221 E. Main Street i Round Rock, Texas 78664=5299 Question No. 1: How many items are presented for pickup at each location on each day of service? Answer: CMRC 1-3 McConico 1-5 City Hall 1-10 ( Sports Center 5-8 (once a week) Question No. 2: Do any locations ship or receive a quantity of coin? 1 Answer: No I 'l- Question No. 3: What is the earliest time that a pickup can be performed at each location? Answer: 8:15 AM I Question: No. 4: Do any locations have building security requirements that the Respondent should be aware of? Answer: Yes, this will be addressed with the winning bidder. t i Pa-ell Exhibit "A" i CITY OF ROUND ROCK IFB NO. 15-032 ARMORED CAR SERIVCES (CONTINUED) IFB No. 15-032 Addendum No. 1 Date: Thursday, June 25, 2015 Question No. 5, May the Carrier be armed at all times in the performance of their duties? Answer: Yes Question No. 6: Will you accept quotes for delivery to the bank on the next business day? Answer: Yes i Question No. 7: Does the City currently pay a per-pickup rate for this service? I Answer: No. We pay a monthly rate per location. I Question No. 8: What is the current rate paid by the City? Answer: CMRC =$174.15 1 McConico = $290.25 City Hall =$380.81 Sports Center= $89.60 = Total Monthly Rate: $934.81 i Approved by: Date: Michael Schurwon, CTPM, CPPB Purchaser By the signatures affixed below this addendum is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED: j Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM j CONSIDERATION FOR AWARD. i Page(2 Exhibit "A"