Loading...
HomeMy Public PortalAbout21-9890 Piggyback contract Bidera LLC for Surplus Auction ServicesSponsored by: City Manager RESOLUTION NO. 21-9890 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK AN EXISTING CONTRACT WITH THE CITY OF NORTH MIAMI FOR SURPLUS AUCTION SERVICES; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, City staff has reviewed the fleet inventory for the Police and Public Works Departments of the City of Opa-Locka ("City") and has inspected all unused equipment. As result of the review, a detailed property list (attached hereto as Exhibit "A") was generated identifying some police units, other City -owned vehicles, and other outdated equipment beyond economical repair; and WHEREAS, the City Manager is recommending that the City Commission authorize the execution of an Agreement with Bidera, LLC. ("Bidera", "Contractor") to dispose all vehicles, old unused equipment and miscellaneous scrap metal identified on the list of the City of Opa-Locka Surplus Property for FY 2021; and WHEREAS, the Contractor agrees to provide the service at no cost to the City of Opa-Locka ("City") but instead charge the purchaser of auctioned property ten percent (10%) of the winning bid price. The Contractor will provide a detailed sales report and a check within seven (7) business days. The Contractor will maintain electronic records for the term of the contract and for a period of no less than five (5) years. All sales are public records displayed online at all times for auditors or any administrative parties to review; and WHEREAS, on January 17, 2019, the City of North Miami ("North Miami") advertised Request for Proposals #23-18-19, Surplus Auction Services ("RFP") for the purpose of retaining experienced and qualified Auctioneers to provide auction services for surplus items for North Miami to include, but not limited to vehicles, office equipment, furniture and confiscated or seized items; and WHEREAS, Contractor was ranked as the most responsive, responsible respondent for the provision of services pursuant to the RFP and North Miami subsequently entered into a 3 -year agreement with Contractor, attached hereto as Exhibit "B", which commenced on April 15, 2019, and is set to end on April 14, 2022; and Resolution No. 21-9890 WHEREAS, the City Commission finds that it is in the best interest of the City to piggyback the City of North Miami's Contract with Bidera, LLC., in order to benefit from already negotiated rates for surplus auction services and enter into an agreement with Bidera, attached hereto as Exhibit "C", for same. NOW THEREFORE BE IT RESOLVED THAT THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. Recitals. The recitals to the preamble here are incorporated by reference. Section 2. Authorization The City Commission of the City of Opa-Locka hereby authorizes the City Manager to piggyback an existing contract with the City of North Miami for Surplus Auction Services and enter into an agreement with Bidera, LLC., attached hereto as Exhibit "C", for same. Section 3. Scrivener's Errors Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager or the City Manager's designee, without the need of a public hearing, by filing a corrected copy of same with the City Clerk. Section 4. Effective Date This Resolution shall take effect immediately upon adoption and is subject to the approval of the Governor or his designee. PASSED AND ADOPTED this day 28th of July, 2021. est to: a Flores City Clerk Matthew Pigatt, Mayor Appro - . as to form and legal sufficiency: Burnadette Nor ' -Weeks, P.A. City Attorney. 2 Resolution No. 21-9890 Moved by: Commissioner Davis Seconded by: Commissioner Taylor VOTE: 3-0 Commissioner Taylor YES Commissioner Burke ABSENT Commissioner Davis YES Vice -Mayor Williams ABSENT Mayor Pigatt YES 3 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: City Manager: John E. Pate CM Signature: Commission Meeting Date: 07/28/2021 Item Type: (EnterX in box) Resolution Or ' n i c Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (EnterX in box) 1st Reading 2nd Reading X Public Hearing: (EnterX in box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept.) Ex: See Financial Impact Section Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X IN 111 Image • • Sponsor Name City Manager Department: City Manager Short Title: Surplus Auction Services Staff Summary: A Resolution of the City Commission of the City of Opa-locka, Florida, authorizing the City Manager to piggyback an existing contract with the City of North Miami for Surplus Auction Services. Staff have reviewed the fleet inventory for the Police and Public Works Departments and have inspected all unused equipment. As result of the review, a detailed property list identified some police units, other City - owned vehicles, and outdated equipment beyond economical repair. Therefore, we are recommending the City Commission authorize the City Manager to enter into an agreement with Bidera Government Auction Services to dispose all vehicles, old unused equipment and miscellaneous scrap metal identified on the list of City Surplus Property for FY 2021. Financial Impact The vendor provides the service at no cost to the City and instead charges the purchaser of auctioned property 10% of the winning bid price. The vendor will provide a detailed sales report and a check within seven (7) business days. The Company will maintain electronic records for the term of the contract and for a period of no less than five (5) years. All sales are public records displayed online at all times for auditors or any administrative parties to review. Prior auctions have resulted in the City receiving up to $100,000. With three dozen vehicles on the list and market conditions strong for used vehicles, it is anticipated that the amount to be received will approach this amount. Proposed Action: Staff recommends signing an agreement with Bidera Government Auction Services to provide auction surplus services and allow the City to use the revenues of the auction for other priorities and needs. Attachment: 1. Agenda 2. Bidera Government Auction Services 2021 Brochure 3. Piggyback Contract between the City of North Miami and Bidera, LLC 4. List of City Surplus Property 5. Old Contract between the City of Opa-locka & Bidera, LLC 6. Opa-locka Piggyback Contract with Bidera, LLC. BIDERA GOVERNMENT AUCTION SERVICES C31 www.BIDERA.com ARMANDO PERERA, Auctioneer Bidera Government Auction Services 4995 NW 72nd Avenue, Suite 405 Miami, FL 33166 O 305 822 5000 F 305 822 5007 C 305 345 7490 AP@BIDERA.COM FEIN 49-3100185 BIDERA ''y'1EiL.4:14 S I F LOCAL t +du:; ? Mt t+? ;:d 'Pi* 'lIF is l a4:iia^ Upcoming Auctions Online, Broward Sheriffs Office Surplus Vehicle Auction ends 2-16-2021 1 Multi Surplus Auction end! 3-g-2021 Online„ City of Hialeah Surplus Auction ends 2-23-2021 Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com BIDERA BidEra is a complete auction service at no cost to any governmental agency. Our clients hire us to do all the work involved selling their surplus to the public. We provide comprehensive auction management services from the initial assessment and organization of inventory into lots, according to the auctioneer's discretion in order to achieve the maximum bid, through the development of the catalog, effective multi -channel marketing advertising and promotion of the auction event to the final sale, collection and processing of payment and the transfer of inventory and reporting. Our services are free for our governmental clients. You keep 100% of your proceeds. No hidden fees or commissions. Bidders pay us a buyer's fee. That fee covers all of our services including the payment collection and processing fee. We can sell anything from cars, trucks, heavy equipment, landscaping equipment, tools, IT equipment, kitchen equipment, furniture and more. Easily transition from your current auction method by piggybacking to any of our existing contracts with other cities or provide your own contract so we can handle all of your surplus on your behalf. Since our founding in 2007, BidEra has benefited from organic growth as a business. Our reputation for excellence has spread by word of mouth from one municipality department to another and today, we serve the auction needs of 40+ government agencies across South Florida. Among our more prominent clients are the City of North Miami, Miami Dade County Public Schools and the Broward Sheriffs Office. Our expansion is built upon our success as evidenced by our growing list of municipal clients and the development of a registered bidders list of over 8,500 buyers. BidEra has developed a long reach and your City can leverage our long-standing contacts with buyers from across the United States, Canada, the Caribbean, Central America, South America, and Europe. Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com BIDERA What you can expect from BidEra. • Surplus will be Sold As Is, Where -Is, with no warranty expressed or implied. • Creation of a digital catalog and customized web page for your City with complete descriptions images and videos • Advertise the online auction under the provisions of Chapter 274 F.S. • Dealing with the public from beginning to the end of the transaction. Relieving City employees from interruptions. • Title Transfers for all DMV registered vehicles and trailers before releasing to the new owners. • Handling the dispatching of the sold vehicles and other surplus for (3) consecutive days following the close of the online auction. • Detailed auction sales report provided with a check for immediate deposit within seven (7) business days. • Electronic records will be maintained by BidEra in a secured environment throughout the term of the contract and for a period of no less than five (5) years. • All sales conducted through BidEra.com are Public Records displayed online at all times for auditors or any administrative department to review. BidEra's president, Mr. Armando Perera, will be the point of contact for all questions and issues. He may be contacted directly by phone at (305) 345-7490 (cell) or by email at AP@bidera.com. Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com BIDERA CITY OF HIALEAH Contact: Anibal Rioseco Title: Fleet Division Director Work: (305) 769-7729 Work Fax: (305) 687-2666 Email: arioseco@hialeahfl.aov CITY OF KEY BISCAYNE Contact: Steven Capone Title: Lieutenant Work: (305) 365-5555 Email: sbcaDone@vahoo.com CITY OF HIALEAH GARDENS Contact: Manny Carrera Title: Police Emergency Management Coordinator Work: (305) 558-3333 Email: mcarreraacitvofhialeahaardens.com CITY OF OPA LOCKA Contact: Rose McKay Title: Procurement Director Work: (786) 385-3853 Email: rmckav@ODalockafl.aov CITY OF SWEETWATER Contact: Jennifer Marono Title: Fleet Manager Work: (305) -967-1509 Email: iennifer@sweetwater.fl.gov CITY OF WEST MIAMI Contact: Juan Pena Title: Public Works Director Work: (305)266-4214 Email: cwmjpena@bellsouth.net CITY OF SOUTH MIAMI Contact: Steven Kulick Title: Purchasing Manager Work: (305)663-6339 Email: skulick@southmiamifl.gov TOWN OF MEDLEY Contact: Janette Said Title: Chief of Police Work: (305) 887-9541 Email: jsaid@medleypd.com NORTH BAY VILLAGE Contact: Manuel Casais Title: Interim Finance Director Work: (305) 758-7272 ext 33 Email: mcasals@nbvlllage.com CITY OF MIAMI SPRINGS Contact: Tom Nash Title: Public work Director Work: (786)-229-9719 Email: nasht@miamisorinas-fl.aov CITY OF CORAL GABLES Contact: Steven Riley Title: Automotive Director Work: (305) 460-5144 Email: srllev@coraloables.com MIAMI SHORES VILLAGE Contact: Lieutenant David McLeod Title: Lieutenant Work: (786)251-7068 Email: david.mcleod@msod.orq VILLAGE OF PINECREST Contact: Ivan Osores Title: Sergeant Work: (305)234-2109 Email: Iosores@Di necrest-fl. aov VILLAGE OF VIRGINIA GARDENS Contact: Chris Fonseca Title: Lieutenant Work: (305)871-3141 Email: cfonseca@vgpd.com Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com BIDERA BP€VVARD 19I -s COUNTY F L O R I D A SEASIDE' AND PROGRESS EST DESS Cool 0/ DEERFIELD BEACH Cily o1 H LL �/OOD FL0R1)A BROWARD COUNTY Contact: Ean Clarke Title: Broward Transit Director Work: (954)357-7711 Email: eclarke@broward.orq CITY OF MIRAMAR Contact: Alicia Ayum Title: Procurement Director Work: (954) 651-8172 Email: aayum@miramarfl.gov CITY OF DORAL Contact: Adam N. Temple Title: Director of Code Compliance Work: (305) 593-6680 Ext.3200 Email: adam.temole@cityofdoral.com CITY OF DEERFIELD BEACH Contact: Paul Collette Title: Buyer Work: (954) 480-4418 Email: PCollette@deerfield-beach.com SHERIFF'S OFFICE BROWARD COUNTY Contact: Victor Goizueta Title: Fire Rescue Fleet Coordinator Work: (954) 359-1602 Email: victor goizueta@sheriff.org BAL HARBOUR VILLAGE Contact: Mauricio Escarra Title: Bal Harbour Police Commander Work: (305) 632-8860 Email: mescarra@balharbourfl.00v CITY OF HOLLYWOOD Contact: Paul Bassar Title: Procurement Director Work: (954) 921-3223 Email: pbassar@hollywoodfl.gov Hialeah Housing Authority 1 IRTHNIAMI F L O R I D A giving our students the world TOWN OF SURFSIDE Contact: Elinor Joseph Title: Sergeant Work: (305)861-4862 Email: eioseph@townofsurfsidefl.Rov VILLAGE OF BISCAYNE PARK Contact: Nick Wollschlager Title: Chief of Police Work: (305) 893-7490 Email: nwol Ischlaoer@biscavneoaroolice. orq CITY OF NORTH LAUDERDALE Contact: George Krawczyk, P.E. Title: Assistant Public Works / Utilities Director Work: (954) 597-4756 Email: okrawczvk@nlauderdale.orq HIALEAH HOUSING AUTHORITY Contact: Jose Martinez Title: Director of Administration Work: (786) 525-7563 Email: imartinez@hialeahhousino.orq CITY OF NORTH MIAMI Contact: Alberto Destrade Title: Interim Purchasing Manager Work: (305) 895-9886 Email: adestrade@northmlamlfl.gov MIAMI DADE COUNTY PUBLIC SCHOOLS Contact: Carlos Limon Title: Director Materials Management Work: (786) 457-2370 Email: climon@dadeschools.net TOWN OF GOLDEN BEACH Contact: Yovany Diaz Title: Lieutenant Work: (305) 331-4491 Email: vdiaz@ooldenbeach.us Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com BIDERA Canada Consulate General Consulat general r ,gil MARGATE: CITY Cooper City omeplace Special CANADA CONSULATE GENERAL Contact: Narciso Gomez Title: Administrator Assistant Work: (305) 331-4491 Email: narciso.gomez@international.ac.ca CITY MARGATE Contact: Spencer L. Shambray , CPPB Title: Purchasing Manager Work: (954) 935-5341 Email: sshambrav@margatefl.com MONROE COUNTY Contact: Roy Sanchez Title: Director Monroe County Fleet Management Work: (305)292-3572 Email: Sanchez-Rov(5monroecounty-fl.clov CITY OF COOPER CITY Contact: Kerri Anne Fisher Title: Purchasing Agent Work: (954)434-4300 x #262 Email: JcflsherC4c000ercltvfl.orq CITY OF NORTH MIAMI BEACH Contact: Pedro Dominguez Title: Fleet Director Work: (305) 775-4027 Email: pedro.dominouezfacitvnmb.com CITY OF PEMBROKE PINES Contact: Mark Gomes Title: Procurement Division Work: (954) 736-7592 Email: mRomes(Wppines.com TOWN OF DAVIE Contact: Brian Oconnor Title: Procurement Manager Work: (954)797-1016 / (305)338-4800 Email: brian oconnor@davie-fl.gov TOWN OF HILLSBORO BEACH Contact: Mac Serda Title: Town Manager Work: (954)427-4011 Email: mserda@townofhillsborobeach.com Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com )ERA ' STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULA'TION 1;14MeY B4il`+e" frctir A .14 dbpr TJONEE.RS V DER T E ATUTES OMR/AMON DATE, 01/EMBER 30, 2on AL ct�a wG^�A Gctr aeir# a7 mytfloiidtY..kterae-eaav ID* rlat ether tSrs dexiorri$tt itt air' tom Mfg vow kerme, It t3 unLa*•tut eDt arcpnlele other tfih%the kerrove to Lfte 19ds tf'amcue ent., STATE OF IA, d Apr DEPARTMENT OF BUSiNESS AND PROFESSIONAL REGIA ADt]N FLORIDA OHEER S brE.:RIFIE. :eyruTES E}IVR.t37OV '*v r* Agrk#i, Or, iffy mem. Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com BIDERA ACR CERTIFICATE OF LIABILITY INSURANCE DATE IMMIDO(YYYYI 09/1(/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PROOUCER Fortun Insurance. Inc 385 Palermo Ave Coral Gables FL 33134.5817 MA°FT Judith Grave de peralta PHONE (305) 445-3535 FAX aC No. 1015, Nay Judrlh. raved DURESS: 9 eperelta�fortuninsurencec0m INSURERS) AFFORDING COVERAGE NAIC 5 INSURER A: Scottsdale 10872 INSURED Bidets LLC 4905 NW 72 Ave.. #405 Miami FL 33158 INSURER B : Infinity Commercial Auto 34932 INouREsC: United States Liability Ins. 25895 INSURER D : INSURER E : INSURER F: COVERAGES CERTIFICATE NUMBER: 19120 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO' WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, 714E INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDmONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE Of INSURANCE HULL WIN" MD POLICY NUMBER POLICY EfP (ttVDnIYYYYI POLICY EXP @9RDD/YYYY) LIMITS A X C05 AERCIAL GENERAL LIABILITY CPS2965440 03/05x2019 03/05)2020 EACH OCCURRENCE S 1.000.000 CWUAS IMDE X OCCUR DAMAGE TO RCN r ED PREMISES IEa au;uur,ren) S 100,000 er� MEO DIP(Any onepar l S 5,000 PERSONAL&ADM INJURY S 1,000.000 GEH'LAGGREGATE LIMIT APPLES PER: PRO - POLICY ❑ 0 ❑ LOC OTHER. GENERAL AGGREGATE 0 2.000.000 PRODUCTS COMP/OP AGO S 2,000,000 S 8 AUTOMOBILE - X LIABILITY ANYAIJTO OWNED AUTOS ONLY HREO AUTOS ONLY X x SCHEDIXED AUTOS NOB -OWNED AUTOS ONLY 509-80004-0601-001 07/202019 07/20/2020 CCMBINED'an1CLE OMR IEa asxidml! S 1,000.000 BODILY INJURY (Per penult) 5 BODILY INJURY IPe, ,,N deml 5 PROPERTY DAMAGE !Per wzilanN E Underinsured motorist S 20.000 p/eccident UMBRELLA LWB EXCESSUAB - OCCUR CLAr,IS MALE EACH OCCURRENCE S AGGREGATE S CEO RETENTION 0 S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YrN ANY PROPRIE1OR/PARtNRR'EXECUOVE OFF,44004EMHER EXCLUDED-/ (Iaandatoly In NH) I1?? • dcscnty under DESCRIPTION OF GFERATIKK4S baby 1114 ( 440 570407E Ei 0RTH- E.L. EACH ACCIOEN7 0 E . D1SEA0E - EA EMPLOYEE S E . DISEASE POLICY LIMIT S C Auctioneers Real Estate ErroRoEmor 3 r & Omissions Omissions REA1550758E/SP15593200 04/11/2019 04111/2020 REA/Ded: 52,500 SP! Ded: $2,500 31.000.000 51,000,000 DESCRIPTION OF OPERATIONS I 1000001111 VEHICLES IACORD 101. AOdi6olel Remark' Schedule, may be attached It mare apace le required] The Certificate Holder is named as Additional Insured and waiver of subrogation applies when required by a'written contract agreement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com BIDERA 2021 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT DOCUMENT# L13000090491 Entity Name: BIDERA LLC Current Principal Place of Bus in ess: 4995 NW 72 AVE 405 MIAMI, FL 33166 Current Mailing Address: 4995 NW 72 AVE 405 MIAMI, FL 33166 US FEI Number: 46-3100185 Name and Address of Current Registered Agent: PERERA, ARMANDO 8950 NE 8 AVE 302 MIAMI, FL 33138 US FILED Jan 27, 2021 Secretary of State 3013508421 CC Certificate of Status Desired: No The above named entity sub* its this sic taxed for the purpose ofchanging its re piste red of orre piste red agent, or both, in he State of Ronda. SIGNATURE: ARMANDO PERERA 0127/2021 E ledroric Sigretue of Registered Agent Authorized Person(s) Detail: Title MGR Name PE RER A, ARMANDO Address 8950 NE 8 AVE 302 CityState-Lp: MIAMI FL 33138 Date I Pereb ycerrry fie tee ee aafirt Meeaedort PPS rexvtor sbtjd2mswipe *phis ide an,* cam, and ram yekcroot sgrte eve Shat Pale be art* hgd' eeectas Care* and'I oe b: hatr am a masegag member of manager of tae nnaednaeitycattpevyor he reamer of erste em pa vend b emcee tab *Fortes iegrthed it y Chap 0615, rvrrm SS M fs, avd aatmyrtane appeaa wholea on art a tectattmtW1 alloherebe em,mvered. SIGNATURE:ARMANDO PERERA MGR 01/27/2021 Eledronic Signature of Sig ring Authorized Person(s) Detail Date Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com BIDERA SEC: 23 TWP: 53 RNG: 40 FOLIO: 3030P2.302600 10 M T (1M T Tl(lYl' frl 3hr T�J DEPARTMENT OF PLANO:NO* D Z0NIIQ , MIAMI D E COUNTY USE. MAILING ADDRESS/CONTACT PERSON: BIDERA LLC 4995 NW 72 AVE #405 MIAMI, FL 33166 - BUSINESS USE: WAREHO USE SPECIFICS: REAL CONDITIONS: LEGAL DESCRIPTION: WE'-' Pr, DATE OF CU ISSUANCE: 2 THIS CERTIFICATE M U CERT NO: 2014021.137 PROCESS NO: U201.400469G ZONE: IU..•2 FEE: $229.79 CORP N€ME/D/B/A AND ADDRESS: BIDERA LLC IDERA LLC NW 72 AVE *405 THIS CERTIFICATE OF USE �.:,.....,..� iu:.w.G1.,. '_ ME OR AS INDICATED BELOW PROVIDED THERE OWNERSHIP. ALSO, THERE C - ii c1 -,! +^lam BUSINESS NAME OR ►` Ji'' i� ` ONS OR ADDITIONS TO THE APPROVED USE. ALL C t. t�+•.' h? IRE ISSUANCE OF A NEW CERTIFICATE OF USE. .; THIS CERTIFICATE OF USE \4\\\:;.. J• ' �` /ICANT FROM COMPLIANCE WITH ANY FEDERAL, STATE, 0\040,.- w,,,,, „.. * OU ARE ALSO REQUIRED TO ALLOW ZONING INSPECTIONS A7 ■a BY REPRESENTATIVES OF THE DEPARTMENT. FOR MORE INFORt--++�.,,t �;.,a CONTACT THE ZONING PERMIT SECTION AT (786) 315-2666. IN ADDITIs TO THE ZONING PERMIT SECTION, APPLICANT MUST ALSO CONTACT THE BUILDING DEPARTMENT AT (786) 315-2100 FOR OCCUPANCY REQUIREMENTS AND LOCAL BUSINESS TAX RECEIPT AT (375) 270-4949. 21 4/2014 11. 29 HNATALY 281402040034'TCPM939I CENTRAL. 229.79 1 Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com BIDERA Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT 1 SILL - 00 NOT PAY 7165B27 BUSINESS NAME/LOCATION PERERA, ARMANDO 4995 NW 72ND AVE 405 MIAMI, FL 33166 OWNER PERERA. ARMANDO C/O BIDERA LLC Employee(s) RECEIPT NO. RENEWAL 7444237 SEC. TYPE OF BUSINESS 213 AUCTIONEERING SERVICE AU3744 LBT EXPIRES SEPTEMBER 30, 2021 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art_ 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR 75.00 09013t ;2029 C R E D I T CA R D-20-0 7160 2 This Local Rosiness Tax Receipt only combine payment of the Local Business Tax. The Receipt is mat a license, permit. or a certifcation of the holder's gealifiCallans, In do business. (Folder meet comply with my goven mental or nangavermmeatal regulatory laws aed requirements which amply to she business. The RECEIPT NO. above must he displayed me all commercial vehicles- Miami -Dade Cade Sec 8e -27S. min AMmin Far more imfarmatien, wait www.miamidade.aeetamcallectar Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL -DO NOT PAY 7165825 BUSINESS NAME/LOCATION BIDERA LLC 4995 NW 72ND AVE 405 MIAMI. FL 33166 OWNER BIDERA LLC CIO ARMANDO PERERA Employee(s) 2 MIAMFIIAt)E anNIV RECEIPT NO. RENEWAL 7444235 LBT EXPIRES SEPTEMBER 30, 2021 Must he displayed at place a4 business Pursuant to County Code Chapter BA -Art. 9 & 10 SEC. TYPE OF BUSINESS 212 REAL ESTATE FIRM C01044097 PAYMENT RECEIVED BY TAX COLLECTOR 75.00 094'03/2020 CREDITCARD-20-072547 This Local Business Tax Receipt only confirms payment of the Local Business Tar_ The Receipt is mat a I icenee, permit ar a certification of the holder's qualifications. to do (business. Molder most comply with emy gowermmental or nongovernmental regulatory laws aid requirements which apply the business. The RECEIPT NO. above must be displayed on all commercial vehicles- Miami -cede Code Sec 8a-276. Far more imfarmation, visit www.mismidade.11autMaxeollectar Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 WWW.Bidera.com BIDERA Online Sunshine April23, 2018 Horne Senate House C1t. for -tatutes, Constitution, Florida Statutes Search Statutes Search Tips Florida Constitution Laws of Florida Branch Lobbyist_ Intorrnation Center Joint Lei7islative- Cornmittees a Other Entities Historical Committee_ Florida Government Efficiency Task. Forcr: Legislative Employment L egisto re Interpreter Services for the Deaf and Hard of Hearing GMv FLonion House Search Statutes: 2017 Official Internet Site of the Florida Legislature Search j `� Select Year: 2017 The 2017 Florida Statutes Go Title )Ctlll Chapter 274 View Entire PUBLIC LANDS AND TANGIBLE PERSONAL PROPERTY OWNED BY Chapter PROPERTY LOCAL GOVERNMENTS 274.06 Alternative procedure. —Having consideration for the best interests of the county or district, a governmental unit's property that is obsolete or the continued use of which is uneconomical or inefficient, or which serves no useful function, which property is not otherwise lawfully disposed of, may be disposed of for value to any person, or may be disposed of for value without bids to the state, to any governmental unit, or to any political subdivision as defined in s. 1.01, or if the property is without commercial value it may be donated, destroyed, or abandoned. The determination of property to be disposed of by a governmental unit pursuant to this section instead of pursuant to other provisions of law shall be at the election of such governmental unit in the reasonable exercise of its discretion. Property, the value of which the governmental unit estimates to be under $5,000, may be disposed of in the most efficient and cost-effective means as determined by the governmental unit. Any sale of property the value of which the governmental unit estimates to be S5,000 or more shall be sold only to the highest responsible bidder, or by public auction, after publication of notice not less than 1 week nor more than 2 weeks prior to sale in a newspaper having a general circulation in the county or district in which is located the official office of the governmental unit, and in additional newspapers if in the judgment of the governmental unit the best interests of the county or district will better be served by the additional notices; provided that nothing herein contained shall be construed to require the sheriff of a county to advertise the sale of miscellaneous contraband of an estimated value of less than $5,000. Mstory.-s. 6, ch. 59-163; s. 22, ch. 94-226; s. 7, 0h. 96-209. _:1131 I1I._i-,d.-, I. 3.1,1. SU BAS1FAS Hump G ds fa,P6co F1969 5 PB k Puri ®im 16 Lerpa Quantltles:, • Neese Boxed' Items Chargg f Trey Platters Goltl, Wood ®I Icar Platinum Rlrto� f31 k 4 tte. Vaf:rcl OTCtOIorE clls @cog F Pr ca5 Lamps, Boo Ends Map ina Racks Frames wall) POxr P,re 8. 'Toys Kitls-FiiPr�usfi s8`Toys Pig V000 Plasxic Hanln irs bes Fl® aps "focal a nal cl arra www.iaySugarman,com _- Cali Scott Grasso SS -4,-9.46-9951 ALet Us H010 you�5o110Aoythin9P wwwwielherald comIclass a �•E/. i111EEVOHERALO_ t:11)17/CE_II SEF7CAOOS• - BrtoWMO. coMMrssrolY r� ..... cc LINTY. PUBLIC AUCTION -LIVE OHL,. CARS,. PIGK P�/TgRI. e ;CARGO SPEA±SEBUSES - GEM. EIHSCXRIC Arse CA 'GOLC29S. E2 -GO 4X4AN CAflRYALL 95, UMPTRUCKS BACKHOpELIOAgOERS. F4AG5 OF FOREIGN COINUS, TOLS 5 CTIION SSAERTE MBER6 201 1 t 6ep 0 PANG RO.�NW 3030 Ave) POr:I1PAN0'BEA H, FL 330p69 PBRara toSam ARUG 'ION OAT. CASH CHHGK: CREO(T �/�R05 KI EAV ERVYNIr,LG-SOLO AS -IS"' WHERE IS LL SALES AR6FINAL,Nf1. ilETURryri 305- x2-51) O)n 7 f-ZA 3397/9P>:5% .-\Ur 1i(n1 Is, IIIL'1'iC':1 Ili: ` rc rr .,l MUST BE PRE REGISTERED CUTLER la ass, ESTATES 19950 SW 77 PI C, tl Day NOON SAT 4. AUGUST 23 NOON SUN AUGUST 24 E jqul 11tYI'0 C �I I'f p IIsq'a hR Pd 1ci N Inn Ity855o1.ih a Llatlr O gg ra Lallqq c CMU rano�Wed wo d 8a OIOLIr hina Sa= Ola orarl ost.rfla B ron�,o SSrryy =lamoyynd 8, Costume CkyCC'1s/15 1313/305 SJ3-1 W l6 Auctloncom p8� a nvvl4MfAAmUer2ica 0T1 AB1 1 ,I :ly SL1C1 lril iri l"1 ittiod C l osi,.ig M an u fmcturin9'Pls+nt Advanced Plastics Industries Thunsdtyy, Sept.4 ea 905 . s 1Srth 5.F Nlaieah.33010 Loads di etiowMolding Equip: 8a Complete Machine Shop (18) @B l cr/iev.nn1eMeondgingtTP YM'achin[astrn R c11 r5 V I TO Y. Ip C3)..@Y 4q) Enrtl MigLLbtF+SM5ac hln 5 (face'-Gsl s/9a yGWill®r Tool Cr,{bs/AI cCco mp Loads it loci �ca�arep, is Clark 8.'Kom atsU Fb rKl lfts wvvw.lay5uga rmen:com Call Scott Grosso 954-946-9951 AU4220AB197151000ep1 e9 bp. -Laic Us Heller yota Sell Anything" Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com BIDERA Supsrmtarrdatit of Schools Alberto M Camel° To Whom It May Concem, giving our students the world Mfami-Dade County School Board Dr: Lawrence S. Feldman, Chair Dr Marta Perez, Vice Chair Dr. Dorothy Bendrnss-Mindfngell Susie V. Castillo Dr Stave Gallen Ili Peria Tabares lianlman Dr. Martin Karp Lobby Navarro Mari Tore Ftnito Miami Dade county Public Schools has utilized the services of BIDERA for the past year. They have been doing our auctions of surplus equipment and vehicles and they have been able to sell them for more than we expected. BIDERA have been very prompt with their reporting as well as very punctual with payment of the proceeds from the sale_ Mr Armando Perera of BIDERA is always in contact with me before as well as after the surplus sale to insure that everything is completed and the school district is satisfied. I would recommend BIDERA auction services to any unit of government in the State of Florida for selling their surplus equipment and property. Please feel free to contact me if you have any questions about my experiences. Carlos Limon Director Materials Management, Stores & Mail Distribution Miami Dade County Public Schools climon(t�dadeschools.net 786-275-0600 School Board Administration Building • 1450 N.E. 2nd Avenu • Miami, Florida 33132 305•905•1000 www.dadeschoals.net Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com May 6, 2014 BIDERA 'IBl?L65' POLll E. DEPARTMENT Jeanette Said Jnctc Cbk ogolke Riders Auction Services 4995 N.W. 72 Avenue, Suite 405 Miami, Florida 33166 To Whom It May Concern. It is with great pleasure that the Medley Police Department recommends Mr. Armando Perna of Bidera Auction Services for your surplus auction needs. I have worked with Mr. Perera and his stall on several auctions. Mr. Peseta has always displayed a high degree of integrity, responsibility and professionalism. In his professional capacity as the auctioneer, Mr. Perera. successfully provides auctions for our surplus vehicles and equipment. It is for the forgoing reasons that the Medley Police Department recommends Bidera Auction Services, who is in good standing with the Medley Police Department as a competent and professional auctioneer. Should you have any questions and/or need further information, please feel free to contact me at (305) 883-2047. Sincerely, � t) Jeatlitte Saidslinete Chief tat Police JSJJcir (305) 883-2047 fFaxJ (305) 8tl5,3720 / 7277 N. W', 72 Avenue / Medley, Florida 33166-2409 isn9d nedicl•.ccm / www.medteypci.eolo Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com BIDERA Bidera 4995 NW Miami, Phone: Auction: City Lo1p Consignor 72 Ave Suite 405 FL 33166 305-822-5000 Fax: 305-822-5007 Consianor Settlement Quantity Unit Price CO 1274 Date: 3/23/2018 Page: 1 ExtPrice Comm'Buy8ack Expenses Rachel Benson City of North Miami Beach 17011 NE 19th Ave Suite#315 Nmb, FL 33182 Phone:305-948-2948 of North Miami Beach 04/10/2018 Description 101 2002ChevrolettmpalaSedan 1.00 1,450.00 1,450.00 0.00 0.00 102 2003 Chevrolet Silveredo Shortbed 1.00 2,175.00 2,175.00 0.00 0.00 103 2002 Chevrolet Express 3500 Cargo Van 1.00 3,325.00 3,325.00 0.00 0.00 104 2006 Chevrolet Silveredo 1500 Pick Up 1.00 2,200.00 2,200.00 0.00 0.00 105 2004 Chevrolet Silverado 3500 Crew Cab Utility. 1.00 5,000.00 5,000.00 0.00 0.00 106 2002 Chevrolet Silveredo 2500 HD 2WD 1.00 2,375.00 2,375.00 0.00 0.00 107 2002 Chevrolet Silveredo2500 1.00 2,825.00 2,825.00 0.00 0.00 108 2000 Saverado 1500 Pick Up 1.00 1,675.00 1,675.00 0.00 0.00 109 1999 Chevrolet S-10 Ext. Cab LS 1.00 2,425.00 2,425.00 0.00 0.00 110 2002 Chevrolet Si veredo 2500HD 1.00 1,650.00 1,650.00 0.00 0.00 111 2000 Chevrolet Panel Van 1.00 1,950.00 1,950.00 0.00 0.00 112 2003 Chevrolet Silverado 2500 HD 2WD REG CAB 1.00 2,375.00 2,375.00 0.00 0.00 113 2006 Chevrolet Cobalt 4 -Door 1.00 2,100.00 2,100.00 0.00 0.00 114 2004 Chevrolet S7verado 2500 HD 1,00 2,900.00 2,900.00 0.00 0.00 115 2005 Chevrolet Cobalt 4 -Door 1.00 2,100.00 2,100.00 0.00 0.00 116 2006 Chevrolet Sitverado 1500 Pick Up 1.00 2,725.00 2,725.00 0.00 0.00 117 2000 GMC Safari Cargo Van 1.00 2,250.00 2,250.00 0.00 0.00 118 2006 Chevrolet Sil erado 2500 HD 2WD 1.00 3,300.00 3,300.00 0.00 0.00 119 2006 Chevrolet Express EXTD WB 1.00 5,850.00 5,850.00 0.00 0.00 120 2006 Chevrolet Express EXTD WB 1.00 6,925.00 6,925.00 0.00 0.00 121 2005 Chevrolet Cobalt 1.00 2,025.00 2,025.00 0.00 0.00 122 1986 Blue Bird 50 Pass. Scheid Bus w/ Handicap 1.00 1,675.00 1,675.00 0.00 0.00 123 2005 Finn BB -302 Bark Blower 1.00 23, 250.00 23,250.00 0.00 0.00 124 1993AmvxSign Board 1.00 950.00 950.00 0.00 0.00 125 2005 BRI-A AR Dump Trailer 1.00 3,075.00 3,075.00 0.00 0.00 126 2005 881 -MAR Dump Trailer 1.00 3,550.00 3,550.00 0.00 0.00 127 2001 BR1-MARDump Trailer 1,00 2,925.00 2,925.00 0.00 0.00 129 1999 Evaco Superfine Low Boy Trailer 1.00 17, 250.00 17, 250.00 0.00 0.00 130 1997VermeerChipper 1250BC 1.00 6,625.00 6,625.00 0.00 0.00 Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com BIDERA Consignor Settlement Bidera 4995 NW 72 Ave Suite 405 Miami, FL 33166 Phone: 305-822-5000 Fax: 305-822-5007 Lot* Description CO #: 1274 Date: 3/23/2018 Page: 2 Quantity Unit Pre ExtPrice Comm/BuyBack Expenses 131 Cement Mixer Lot 1.00 1,650.00 1,650.00 0.00 0.00 132 1999 John Deere 200LC Excavator 1.00 56,000.00 56,000.00 0.00 0.00 133 1999 CAT Roller CB -214C 1.00 7,050.00 7,050.00 0.00 0.00 134 2007 Vdvo L7OE 1.00 23,250.00 23,250.00 0.00 0.00 135 1994KenworthT800(Update) 1.0o 7,350.00 7,350.00 0.00 0.00 Payment to Consignor - Check # 2475 ( 214,200.00) COMMISSION SETTINGS Calculate Commission By: Each Commission Structure Type: Fixed Total Quantity: Total Invoice Sale Price: Total Due to Consignor. Total Payments: 34.00 214,200.00 214,200.00 214,200.00) Balance: $0.00 Inventory Remaining For This Consignment Order BUY BACK SETTINGS Calculate Buy Back By: Each Buy Back Structure Type: Fixed Any Amount 0% Any Amount 0% Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D CITY OF NORTH MIAMI SURPLUS AUCTION SERVICES AGREEMENT (RFP #23-18-19; Surplus Auction Services) TIMpitriffS AUCTION SERVICES AGREEMENT ("Agreement") is entered into on , between the City of North Miami, a Florida municipal corporation with a principal address of 776 NE 125`h Street, North Miami, Florida ("City"), and Bidera, LLC, a Florida limited liability company registered and authorized to do business under the laws of the State of Florida, having its principal office at 4995 Northwest 72nd Avenue, Suite 405, Miami, FL 33166 ("Vendor"). The City and Vendor shall collectively be referred to as the "Parties", and each may individually be referred to as a "Party". RECITALS WHEREAS, on January 17, 2019, the City of North Miami ("City") advertised Request for Proposals #23-18-19, Surplus Auction Services ("RFP"), for the purpose of retaining experienced and qualified Auctioneers to provide auction services for surplus items for the City to include, but not limited to vehicles, office equipment, furniture and confiscated or seized items, (collectively referred hereto as "Services"); and WHEREAS, the RFP was administered in accordance with Chapter 7, Article III of the City's Procurement Code; and WHEREAS, in response to the RFP, Vendor submitted its proposal for the provision of professional Auctioneering Services, and was subsequently selected by City administration as having those qualifications and references most advantageous to the City; and WHEREAS, Vendor was ranked as the most responsive, responsible respondent for the provision of Services; and NOW, THEREFORE, in consideration of the mutual terms and conditions set forth herein and other good and valuable consideration, the Parties hereto agree as follows: ARTICLE 1 - RECITALS 1.1 The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. ARTICLE 2 - CONTRACT DOCUMENTS 2.1 The following documents are incorporated into and made a part of this Agreement (collectively referred to as the "Contract Documents"): 2.1.1 The City's Request for Proposals #23-18-19, Surplus Auction Services, attached hereto by reference; 2.1.2 Vendor's response to the RFP ("Proposal"), attached hereto as "Exhibit A"; 2.1.3 Certificates of Insurance are attached as "Exhibit B"; 2.1.4 Any additional documents which are required to be submitted by Vendor under this Agreement. IWO #19-178 (JLW) Page 1 of8 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-897027CAF76D 2.2 In the event of any conflict between the Contract Documents or any ambiguity or missing specification or instruction, the following priority is hereby established: 2.2.1 Specific written direction from the City Manager or City Manager's designee. 2.2.2 This Agreement. 2.2.3 The RFP. 2.2.4 The Proposal. 2.3 The Parties agree that Vendor is responsible for clarifying any ambiguity, conflict, discrepancy, omission, or other error found in the RFQ prior to Vendor submitting its Qualifications or the right to clarify same shall be waived. ARTICLE 3 - TERM 3.1 The Parties agree that, subject to authorized adjustments, the Term of this Agreement shall be a period of three (3) years commencing on April 15, 2019, and ending on April 14, 2022. 3.2 Following the Initial Term, the City shall have two (2) options to renew this Agreement for additional periods of one (1) year, under the same terms and conditions. 3.3 Vendor agrees that the performance of Services shall be pursued on schedule, diligently and uninterrupted at a rate of progress which will reasonably ensure full completion within the agreed time for performance. Failure to achieve timely final completion shall be regarded as a material breach of this Agreement and shall be subject to the appropriate remedies available at law. 3.4 When, in the opinion of the City, reasonable grounds for uncertainty exist with respect to the Vendor's ability to timely perform Services or any portion thereof, the City may request that the Vendor, within a reasonable period of time, provide adequate assurances to the City in writing, of Vendor's ability to perform in accordance with terms of this Agreement. In the event that the Vendor fails to provide the City the requested assurances within the prescribed time frame, the City may treat such failure as a repudiation or breach of this Agreement, and resort to any remedy for breach provided for in this Agreement or at law. ARTICLE 4 - COMPENSATION 4.1 Vendor shall provide Services at no cost to the City, and instead will charge the highest bidder (i.e., purchaser) of the auctioned property the amount of ten (10) percent of the bid price. 4.2 Funding for this Agreement is contingent on the availability of funds and the Agreement is subject to amendment or termination due to lack of funds or a reduction of funds, upon ten (10) days written notice to Vendor. ARTICLE 5 - SCOPE OF SERVICES 5.1 Vendor agrees to perform Services for the benefit of the City under the special terms, schedules, and conditions set forth in the Contract Documents. Vendor shall perform Services in IWO #19-178 (JLW) Page 2 of8 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D accordance with that degree of care and skill ordinarily exercised by reputable members of its profession. 5.2 Vendor represents and warrants to the City that: (i) Vendor possesses all qualifications, licenses and expertise required in the provision of Services, with personnel fully licensed by the State of Florida; (ii) Vendor is not delinquent in the payment of any sums due the City, including payment of permit fees, local business taxes, or in the performance of any obligations to the City; (iii) all personnel assigned to perform work shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; (iv) the Services will be performed in the manner as described in the Contract Documents for the budgeted amounts, rates and schedules; and (v) the person executing this Agreement on behalf of Vendor is duly authorized to execute same and fully bind Vendor as a Party to this Agreement. 5.3 Vendor agrees and understands that: (i) any and all subcontractors used by Vendor shall be paid by Vendor and not paid directly by the City; and (ii) any and all liabilities regarding payment to or use of subcontractors for any of the work related to this Agreement shall be borne solely by Vendor. Any work performed for Vendor by a subcontractor will be pursuant to an appropriate agreement between Vendor and subcontractor which specifically binds the subcontractor to all applicable terms and conditions of the Contract Documents. 5.4 Vendor warrants that any and all work, materials, services or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result, will be supplied by the Vendor at its own cost, whether or not specifically called for. ARTICLE 6 - CITY'S TERMINATION RIGHTS 6.1 The City shall have the right to terminate this Agreement, in its sole discretion at any time, with or without cause, upon ten (10) days written notice to Vendor. In such event, the City shall pay Vendor compensation for Services rendered prior to the effective date of termination. The City shall not be liable to Vendor for any additional compensation, or for any consequential or incidental damages. ARTICLE 7 - INDEPENDENT CONTRACTOR 7.1 Vendor, its employees and agents shall be deemed to be independent contractors and not agents or employees of the City and shall not attain any rights or benefits under the civil service or pension ordinances of the City, or any rights generally afforded to classified or unclassified employees. The Vendor shall not be deemed entitled to the Florida Workers' Compensation benefits as an employee of the City. ARTICLE 8 - DEFAULT 8.1 In the event the Vendor fails to comply with any provision of this Agreement, the City may declare the Vendor in default by written notification. The City shall have the right to terminate this Agreement if the Vendor fails to cure the default within ten (10) days after receiving notice of default from the City. If the Vendor fails to cure the default, the Vendor will only be compensated for completed Services. In the event partial payment has been made for such Services not completed, the Vendor shall return such sums due to the City within ten (10) days after notice that such sums are due. The Vendor understands and agrees that termination of this Agreement under IWO I19-178 (JLW) Page 3 of 8 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D this section shall not release Vendor from any obligations accruing prior to the effective date of termination. ARTICLE 9 - ERRORS AND OMISSIONS 9.1 Vendor shall be responsible for deficient conduct and reporting due to Vendor's errors and omissions, and shall promptly correct or replace all such deficiencies without cost to City. The Vendor shall also be responsible for all damages resulting from such errors and omissions. Payment in full by the City for Services performed does not constitute a waiver of this representation. ARTICLE 10 - INDEMNIFICATION 10.1 Vendor agrees to indemnify, defend, save and hold harmless the City its officers, agents and employees, from and against any and all claims, liabilities, suits, losses, claims, fines, and/or causes of action that may be brought against the City, its officers, agents and employees, on account of any negligent act or omission of Vendor, its agents, servants, or employees in the performance of Services under this Agreement and resulting in personal injury, loss of life or damage to property sustained by any person or entity, to the extent caused by Vendor's negligence within the scope of this Agreement, including all costs, reasonable attorney's fees, expenses, including any appeal, and including the investigations and defense of any action or proceeding and any order, judgment, or decree which may be entered in any such action or proceeding, except for damages specifically caused by or arising out of the negligence, strict liability, intentional torts or criminal acts of the City, its officer, agents, employees or contractors, which claims are lodged by any person, firm, or corporation. 10.2 Nothing contained in this Agreement is any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Chapter 768, Florida Statutes. Additionally, the City does not waive sovereign immunity, and no claim or award against the City shall include attorney's fees, investigative costs or pre judgment interest. ARTICLE 11- INSURANCE 11.1 Prior to the execution of this Agreement, the Vendor shall submit certificate(s) of insurance evidencing the required coverage and specifically providing that the City is an additional named insured or additional insured with respect to the required coverage and the operations of the Vendor under this Agreement. Vendor shall not commence work under this Agreement until after Vendor has obtained all of the minimum insurance described in the RFQ and the policies of such insurance detailing the provisions of coverage have been received and approved by the City. Vendor shall not permit any subcontractor to begin work until after similar minimum insurance to cover subcontractor has been obtained and approved. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the term of this Agreement, Vendor shall furnish, at least thirty (30) calendar days prior to expiration of the date of the insurance, a renewed certificate of insurance as proof that equal and like coverage and extension is in effect. Vendor shall not continue to perform the Services required by this Agreement unless all required insurance remains in full force and effect. 11.2 All insurance policies required from Vendor shall be written by a company with a Best rating of B+ or better and duly authorized and licensed to do business in the State of Florida and IWO X119-178 (JLW) Page 4 of 8 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D be executed by duly licensed agents upon whom service of process may be made in Miami -Dade County, Florida. ARTICLE 12 - OWNERSHIP OF DOCUMENTS 12.1 All documents developed by Vendor under this Agreement shall be delivered to the City by the Vendor upon completion of the Services and shall become property of the City, without restriction or limitation of its use. The Vendor agrees that all documents generated hereto shall be subject to the applicable provisions of the Public Records Law, under Chapter 119, Florida Statutes (2015). 12.2 The Vendor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation, the following conditions: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed, except as authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost to the City, all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements; and (5) all electronically stored public records must be provided to the City in a format compatible with the City's information technology systems. 12.3 It is further understood by and between the Parties that any information, writings, tapes, Contract Documents, reports or any other matter whatsoever which is given by the City to the Vendor pursuant to this Agreement shall at all times remain the property of the City and shall not be used by the Vendor for any other purposes whatsoever without the written consent of the City. 12.4 In the event the Agreement is terminated, Vendor agrees to provide the City all such documents within ten (10) days from the date the Agreement is terminated. ARTICLE 13 - NOTICES 13.1 All notices, demands, correspondence and other communications between the Parties shall be deemed sufficiently given under the terms of this Agreement when dispatched by registered or certified mail, postage prepaid, return receipt requested, addressed as follows or as the same may be changed from time to time: For Vendor: Bidera LLC Atm: Armando Perera 4995 Northwest 72nd Avenue Suite 405 Miami, FL 33166 For the City: City of North Miami Attn: City Manager 776 N.E.125th Street North Miami, Florida 33161 IWO ##•19-178 (JLW) Page 5 of DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D With copy to: City of North Miami Attn: City Attorney 776 N.E.125t1' Street North Miami, Florida 33161 13.2 Either Party may at any time designate a different address and/or contact person by giving notice as provided above to the other Party. Such notices shall be deemed given upon receipt by the addressee. 13.3 In the event there is a change of address and the moving Party fails to provide notice to the other Party, then notice sent as provided in this Article shall constitute adequate notice ARTICLE 14 - CONFLICT OF INTEREST 14.1 Vendor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 14.2 Vendor covenants that no person under its employ who presently exercises any functions or responsibilities on behalf of the City in connection with this Agreement has any personal financial interest, directly or indirectly, with contractors or vendors providing professional services on projects assigned to the Vendor, except as fully disclosed and approved by the City. Vendor further covenants that, in the performance of this Agreement, no person having such conflicting interest shall be employed. ARTICLE 15 - MISCELLANEOUS PROVISIONS 15.1 No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. 15.2 All representations, indemnifications, warranties and guarantees made in, required by, or given in accordance with this Agreement, as well as all continuing obligations indicated in the Contract Documents, shall survive final payment, completion and acceptance of the Services and termination or completion of the Agreement. 15.3 Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. IWO #19-178 (JLW) Page 6 of 8 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D 15.4 This Agreement and Contract Documents constitute the sole and entire agreement between the Parties. No modification or amendments to this Agreement shall be binding on either Party unless in writing and signed by both Parties. 15.5 This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in any proceedings between the Parties shall be in Miami -Dade County, Florida. 15.6 The City reserves the right to audit the records of the Vendor covered by this Agreement at any time during the provision of Services and for a period of three years after final payment is made under this Agreement. 15.7 The Vendor agrees to comply with and observe all applicable federal, state, and local laws, rules, regulations, codes and ordinances, as they may be amended from time to time. 15.8 Services shall not be subcontracted, transferred, conveyed, or assigned under this Agreement in whole or in part to any other person, firm or corporation without the prior written consent of the City. 15.9 The City of North Miami is exempt from Federal Excise and State taxes. The applicable tax exemption number or certificate shall be made available upon request. 15.10 The professional Services to be provided by Vendor pursuant to this Agreement shall be non-exclusive, and nothing herein shall preclude the City from engaging other firms to perform Services. 15.11 This Agreement shall be binding upon the Parties herein, their heirs, executors, legal representatives, successors and assigns. 15.12 The Vendor agrees that it shall not discriminate as to race, sex, color, creed, national origin, or disability, in connection with its performance under this Agreement. 15.13 All other terms, conditions and requirements contained in the RFQ, which have not been modified by this Agreement, shall remain in full force and effect. 15.14 In the event of any dispute arising under or related to this Agreement, the prevailing Party shall be entitled to recover all actual attorney fees, costs and expenses incurred by it in connection with that dispute and/or the enforcement of this Agreement, including all such actual attorney fees, costs and expenses at all judicial levels, including appeal, until such dispute is resolved with finality. 15.15 This Agreement may be executed in two or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same Agreement. IWO #19-178 (JLW) Page 7 of 8 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D IN WITNESS WHEREOF, the Parties have executed this Agreement by their respective proper officers duly authorized the day and year first written above. ATTEST: Bidera, LLC, a Florida Limited Liability Company: Corporate Secretary or Witness: "Vendor" c—DocuSlgned by: Witnessed By: Witness Name: `—LeuUBg81L5,e4UF... Ismelba Ramirez DocuSigned by: ravwtaln,de pc-vtx By: OCGBCf2C101C40E Armando Perera Print Name: 4/9/2019 4/9/2019 Witness Date: Date: ATTEST: City of North Miami, a Florida municipal corporation: "City" By: ,—DocuSlgned by: r—DocuSigned by: '--- 'L1cflael4A. Etienne City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: , —DocuSlgned by: By: .Ck (A/5tAtt Je .'144.yCazeau City Attorney By: (UL l Lagrry`l .2tpring, Jr. City Manager IWO fa 19-178 (JLW) Page 8 of 8 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D ORIGINAL NEIRTHMIAMI F L O R I D A COVER PAGE & CONTACT INFORMATION RFP No. 23-18-19 SURPLUS AUCTION SERVICES This form should be included as the very first page of your Proposal. Please complete the form in its entirety and have it signed by an authorized officer and/or principal of the Respondent. The "Contact Person" listed below should be an authorized designee of the Respondent whom the City may contact for any questions and/or to forward any correspondence related to this Solicitation. Legal Name of Proposer(s): Bidera, LLC Federal Employee Identification (FEIN) Number: 46-3100185 Mailing Address: 4995 NW 72' Avenue, Suite 405 City, State, Zip Code: Miami, FL 33166 Contact Person: Armando Perera Title: President Email Address: ap@bidera.com Telephone Number: (305)345-7490 / (305)822-5000 ext. 2 Fax Number: (305)822-5007 BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 WWW.BIDERA.COM Page 1 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D NURTH1M IAM 1 F L 17 R 1 D A I hereby certify that I am authorized to act on behalf of the Respondent, individual, partnership, corporation or association making this Proposal and that all statements made in this document are true and correct to the best of my knowledge. By submitting a Proposal, the Respondent citifies that it has fully read and understands this Solicitation and that it has full knowledge of the scope, nature, and quality of Work to be performed. The Respondent, individual, partnership, corporation or association responding to this Solicitation certifies that all statements made in this document are true and correct to the best of their knowledge. Moreover, the Respondent agrees to hold this offer open for a period of one hundred and eighty (180) days from the deadline for receipt of Response. Respondent understands and agrees to be bound by the conditions contained in this Solicitation and shall conform to all requirements outlined herein. Name of Company: BIDERA, LLC Authorized Signature: ARMANDO PERERA Title of Officer: PRESIDENT BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 W W W,RIDERA.COM Page 2 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D B. Table of Contents B. Table of Contents 3 C. Business Structure 4 D. Firm's Related Experience and Qualifications. 7 Qualification Statement 8 Comparable Contracts 9 List of Clients 10 Auctioneer & Staff. Qualification, training & Experience 15 E. Proposed Approach and Methodology. 17 a. Suitability of the methodologies and approaches used in achieving tasks 17 b. Overall organization to providing the requested services 18 c. Ability to meet timelines and deadlines 18 d. Advertising Methods 19 e. Auction process 19 f. Auction equipment 21 F. Cost Proposal 21 G. Certified Minority Business Enterprise 21 H. References 22 I. Office Location. 23 J. Local Business Preference. 23 K. Additional Information 24 L. Litigation 24 M. Insurance Requirements 25 N. RFP Forms 27 BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305.822-5007 W W W.BIDERA.COM Page 3 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D C. Business Structure Copy of State of Florida Department of State records ICI' tSIUN of 5114 CORPORATIONS nr official Slate of Florida t:eltsite 4euprtment of )t to / Division o1 Corporation s / Search Records / Detail by Da;:urriertt Number / Previous On lag dart On List Return to List Events No Name History Detail by Entity Name Florida Limited Liability Company 81DERA LLC Filing Information Documerrt Number L13000090401 FEI/EIN Number 46.3100185 Date Filed 00/24/2013 Effective Date 06/2412013 State F L Status ACTIVE Last Evert R El NSTAEOVIENT Everrt Date Filed 09/30/2015 Principal Address 4895 NW 72 Axe 406 Maml. FL 33188 Changed: 01130/2014 Mailing Address 4085 NW ?2 Axe 406 Miami, FL 33108 Changed: 01/30/2014 Registered Anent Name & Address PER ERA ARMANDO 8960 NE 8 Axe 302 MIAMI. FL33138 Name Changed; 08/30/2015 Address Changed: 01/30/2014 Authorized Percents) Detail Name & Address Trtie MGR PERERA. ARMANDO 8950 NE 8 Awe 302 MIAMI, FL 33138 Annual Reports Report Year Filed Date 2018 04/20/2018 2017 04/10/2017 2018 03/14/2018 Entit , I -tame 1earct, F.earch BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 WWW,BIDERA,COM Page 4 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D Annuta! report. 2019 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT FILED DOCUMENT#L13000090491 Feb 05, 2019 Entity Name: BIDEPA LLC Secretary of State 8756252364CC Current Principal Place of Business: 4995 NW 72 AVE 405 MIAMI, FL 33166 Current Mailing Address: 4995 NW 72 AVE 405 MIAMI, FL 33166 US FEI Number: 46-3100185 Name and Address of Current Registered Agent: PERERA, ARMaNDO 8960 NE8 AVE 302 MIAMI, FL 33138 US Certificate of Status Desired: I•o TAB above named entity su ellto this atelensntfor the purpose ofclengusg 'Is +eglalered office or teg stered &7ent or [nth, in the State of Flcvide, SIGNATURE. ARMANDO PERERA Electronic Signature of Registered Agent Authorized Person(s) Detail : Title MGR Name PERERA, ARMANDO Address 8950 NE 8 AVE 302 City -State -La MIAMI FL 33136 02/05/2019 Oate BIDEPA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 W W W, R1DERA,COM Page 5 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D Licenses / Certificates i3V11'.r1.M4 1 1 e -?f . i i 1 L -., .q..ky lv _.41'2.6411 ,•,4q1 AD RE St.;.: CC.CPF 111& pt} pC.111.4 '771'.+ NW : ..•I• 4'1 1 x.)i'i i 1- I.!, 1;7", USE; USE:I Wfitat�"h7i1 , IC{' `_>c.,F_ is 1 1- 1 I.', 1 (74TCH 7 it"sPL E C[lf4 1 NL,1=i ' •e. -1t t.:=.}rJ T 7^I [4- T F'4)11 OCCUPl NL",'' 1ECMJ44>ff:;MENr1 'd2t •�- i i e;aJ +t.N PI FAL:. Y rod 'CERT NO t k9 t -1.tf a ;t, 137 13CICF"_1 R NO r S lwi3 *_ at/Nit-469E ps}hLi..t 11.1.•.4_ I it CORP NtIIIM6..%C) 1 •, FANT? 11,1"t4tEEP4 to Z_^E 1 1 DE ... NYGJ e'.,1_ I I ... 1..a"< (?L. l 1 1 )O E' t,' _.1)iaNL.0 i 14" ":�-it•,t? r- f:'11t1 i t IMP1_ 1 ONE f: OtI ;•04, 1 'IM!! T of r '1' F'. cts .=, sI1 ! 1,L.'=, 04- _ 1'(1[11 ( (_I4: r)PLin1r; P17 P1,'11 11:` BU I L i) 11')G iDE PARRTMEI: t Or. PL E'd.F`:i t: Fri c... ,, ►4t7T-e494-iaitl _^.•1 T►.Phi',34a1 C:4:NTitC#L_. RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION FLORIDA BOARD OF AUCTIONEERS L II:CN'iE N ll•.'R LR APa'L119. The AUCTION EUSINESS Named below IS LICENSED Under the provisions of Chapter 468 FS. Expiration date: NOV 30, 2019 BI DE RA LLC 4996 NW 72 AVE SUITE. MIAMI FL 33.168' ISSUED. 10114112017' DISPLAY AS 13EQUIREI'.'} 8Y L.AW 13E0 * L1710190002722 RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION FLORIDA BOARD OF AUCTIONEERS I.IC.r.1 :P NI,MRril A1J274# The AUCTIONEER Named below 1S LICENSED Under the provlaIentl of Chapter 468 FS. Expiration date: NOV 30, 2019 PERERA, ARMANDO 4998 NW 72 AVE SUITE 40,6 MIAMI FL 3316H:,,,,,. ISSUED. 10/10/2017 DISPLAY AS REQUIRED 8Y LAW SEC) ■ L1710190002715 BIDERA LLC 4995 NW 72 AvE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 W W W.IIIDERA.COM Page 6 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D Location, contact into and staff personnel. 4995 NW 72nd Avenue, Suite 405 Miami, FL 33166 Email: ap(c�bidera.com, supportAbidera.com Office 305 822 5000 Fax 305 822 5007 Cell 305 345 7490 Bidera Government Solutions employs a total staff of 5 providing business and event management and auction staffing. D. Firm's Related Experience and Qualifications. Bidera Government Auction Services is pleased to present our response to the City of North Miami's Request for Proposals for Auction Services (RFP 23-18-19). Since our founding in 2007, Bidera has enjoyed organic growth as a business. Our reputation for excellence has spread by word of mouth from one municipality and department to another and today, we serve the auction needs of 37 towns and cities across the State of Florida. Among our more prominent clients are the City of North Miami, the City of North Miami Beach and the Miami Dade County Public Schools. Our expansion is built upon our success as evidenced by our growing list of municipal clients and the development of a registered bidders list of over 6,000 buyers. Bidera has developed a long reach and the City of North Miami can leverage our long-standing contacts with buyers from across the United States, the Caribbean, Central and South America and Europe. If Bidera enjoys the benefits of organic growth, it's built upon our experience and lessons learned. Municipal clients turn to Bidera because of our comprehensive services, the management of successful auctions, our integrity and our ability to generate interest among an ever-growing range of buyers. In turn, our buyers have come to depend on Bidera for our honest appraisal of government surplus and our transparency. We built out business on the firm knowledge that trust is not an emotion. It's a product. Bidera has produced over 500 on -site and online auctions. Over the years, we've generated $14.5 million in revenue. Individual auctions gain client revenues ranging from $5,000 to $700,000. Throughout our response, we present our services and management practices, advertising and promotion channels methodologies; our references and technology to support the City of North Miami's requirements. Bidera provides comprehensive auction management services from the initial assessment and organization of inventory into lots (these are designed to gain maximum revenues), through the development of the catalog, effective multi -channel marketing advertising and promotion of the auction event to the final sale, collection and processing of payment and the transfer of inventory and reporting. Our company has a highly qualified and bilingual staff to effectively communicate with our buyers throughout the auction process. Every auction is personally coordinated and managed by the founder and auctioneer Armando Perera who takes care of the process with honesty, trust and efficiency. BIOEm LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 W W W.BIDERA.COM Page 7 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D Qualification Statement Bidera has a complete and comprehensive understanding of the Scope of Work and all of its requirements, this has been our stock and trade for over 25 years. We will meet and exceed all requirements with experience and deeply established management processes that have evolved to deliver results. Bidera has staged and managed over 500 successful on -site & online auctions since our founding in 2007. Closed auction sales have ranged from $5,000 to $700,000 depending on the needs of the City. Bidera has achieved better than fair prices for motor vehicles, vessels, heavy equipment, personal property, restaurant equipment and scrap metals. In the last quarter of 2018 alone, Bidera sold over 580 motor vehicles totaling $1,104,000.00 in revenues for our client cities. In many instances, our auctions have doubled and, in some cases, tripled their expected revenues. Our projected revenue for 2019 with the present city contracts is $4,800,000.00. Current and past auction results are clearly posted on our website at http://bidera.hibid.com/auctions/past/ Our auctions will provide your agency with a full -service platform: with onsite cataloging, video and photography, a deeply developed online marketing / advertisement strategy, payment collection, same day/next day auction reports and payment disbursement within 10 business days. Bidera founder and President Armando Perera brings over 25 years' experience in the automotive and export industries. He has developed the all -critical relationships with regional, national and international buyers. He understands their needs and the markets they serve and is in a position to personally invite selected buyers to the City of North Miami's auctions. This is key driver of pricing in the auction environment. We offer comprehensive services from initial inventory assessment through auction production, payment processing and post auction management. Our clients have our complete attention as our efforts are focused on South Florida and the company is not seeking further expansion beyond the region. Bidera Government Solutions employs a total staff of 5 providing business and event management and auction staffing. Mr. Perera has over 12 years' experience in providing surplus inventory auction services to government clients. He will be supported by a trained experience staff including Mrs. lsmelba Ramirez, charged with all accounting functions. Mrs. Grace Monaco, charged with administrative operations Mr. Jonah Gouin, charged with digital media & advertising and Mr. Julio Sacco, as the field operations assistant. Bidera is fully staffed and will arrive on the scene fully prepared to start work on Day One of the contract. BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 W WW.RIUERA.COM Page 8 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D Comparable Contracts Company: Description of work: Dates covering the term of the contract: Client contact person and phone number: Company: Description of work: Dates covering the term of the contract: Client contact person and phone number: Company: Description of work: Dates covering the term of the contract: Client contact person and phone number: Company: Description of work: Dates covering the term of the contract: Client contact person and phone number. Company: Description of work: Dates covering the term of the contract: Client contact person and phone number: MIAMI DADE COUNTY PUBLIC SCHOOLS Surplus Auction Services Online, Prime Contractor 3/09/2016 to 3/08/2019 (May be extended for 2 additional 1 year periods) CARLOS LIMON, Director (786)275-0600. CITY OF DORAL Surplus Auction Services Online, Prime Contractor 7/20/2016 Annual renewal. ADAM N. TEMPLE, Director of code compliance (305)593-6380. CITY OF DEERFIELD BEACH Surplus Auction Services Online, Prime Contractor 8/14/2015 Annual renewal. DAVID SANTUCCI, Assistant City Manager (954)480-4200. CITY OF SOUTH MIAMI Surplus Auction Services Online, Prime Contractor 6/16/2014 to 6/17/2019 STEVE SKULICK, Chief Procurement Officer (305)633.6339 CITY OF NORTH LAUDERDALE Surplus Auction Services Online, Prime Contractor 6/30/2015 To 6/20/2018 GEORGE KRAWCZYK, Public Work Utility Director (954)597-4756 BIDERA LLC 4995 NW 72 AVE SuiTE 405 MIAMI, FLORIDA 331661. 305.822-5000 F. 305.822-5007 www.siIuriw.COM Page 9 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D List of Clients CITY OF MIRAMAR Location: 2200 Civic Center Place Miramar, FL 33025 Contact Name Gary Bannister, Procurement Manager Phone Number: (954) 602-3257 CITY OF PEMBROKE PINES Location: 8300 South Palm Drive Pembroke Pines, FL 33025 Contact Name Teira Pineda Phone Number: (954) 494-5036 CITY OF NORTH MIAMI BEACH Location: 17011 NE 19 AVE, Rm 315 North Miami Beach, FL 33162 Contact Name Pedro Dominguez, Fleet Director Phone Number: (305) 725-4027 H ,lI wood CITY OF HOLLYWOOD Location: 2600 Hollywood Blvd. Rm 303 Hollywood, FL 33020 Contact Name Paul Bassar, Director of Procurement & Contract Compliance Phone Number. (301) 906-4630 CITY OF CORAL GABLES Location: 2800 S.W. 72nd Avenue Miami, FL 33155 Contact Name Steve Riley Phone Number: (305) 460-5144 BIDERA ILC 4995 NW 72 Ave SUITE 405 MIAMI, FLORIDA 33166 T.305-822-5000 F. 305.822-5007 W W W .BIDERA.COM Page 10 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D BROWARD SHERIFF'S OFFICE Location: 2601 West Broward Boulevard Fort Lauderdale, FL 33312 Contact Name Victor Gouisetta Phone Number. (954) 964-9431 TOWN OF GOLDEN BEACH Location: 1 Golden Beach Drive Golden Beach , FL 33160 Contact Name Giovanni Diaz Phone Number. (305)331-4491 NORTH BAY VILLAGE Location: 1666 Kennedy Causeway 3rd Floor North Bay Village, FL 33141 Contact Name Bert Wrains, Finance Director Phone Number (305)756-7171 MIAMI SHORES VILLAGE Location: 10050 N.E. 2nd Avenue, Miami Shores, Florida 33138 Contact Name Jim Mc Coy, Sanitation / Fleet Supervisor Phone Number: (305)795-2240 BIDERA LLC 4995 NW 72 AvE SUITE 405 MIAMI, FLORIDA 33166 T, 305-822-5000 F. 305-822-5007 WWW.RIDERA.COM Page 11 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D THE TOWN OF MEDLEY Location: 7777 NW 72 Ave Medley, FL 33166 Contact Name Chief Janette Said Phone Number: (305) 887-9541 CITY OF WEST MIAMI Location: 901 SW 62 Avenue West Miami, FL 33144 Contact Name Juan Pena Phone Number (305)266-4214 CITY OF HIALEAH Location: 900 East 56 Street Hialeah, FI 33013 Contact Name Anibal Rioseco Phone Number (305)558-2611 CITY OF HIALEAH GARDENS Location: 10001 NW 87 ave Hialeah Gardens, FI 33016 Contact Name Manny Carrera Phone Number. (305)342-3398 BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 www.aimaa.com Page 12 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D VILLAGE OF KEY BISCAYNE Location: 88 West McIntyre Street Key Biscayne, FL 33149 Contact Name Lieutenant Brett Capone Phone Number: (786)877-7080 VILLAGE OF BISCAYNE PARK Location: 893 NE 109th Street, Biscayne Park, FL 33161 Contact Name Nicholas Wollschlager, Chief of Police Phone Number: (954)551-6885 CITY OF SWEETWATER Location: 500 S.W. 109 Ave. Sweetwater, FL 33174 Contact Name Jennifer Marono Phone Number: (305)221-0411 BAL HARBOUR VILLAGE BAL HARBOUR VILLAGE Location: 655 -96th Street Bal Harbour, Fl 33154 Contact Name Mauriclo Escarra, Communications/Code Enforcement Manager Phone Number: (305)632-8860 VIRGINIA GARDENS POLICE DEPARTMENT Location: 6498 NW 38th Terrace, Virginia Gardens, FL 33166 Contact Name Chris Fonseca Phone Number: (305)323-3044 6IDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 W'WW.RIDERA.COM Page 13 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D VILLAGE OF PINECREST Location: 12645 Pinecrest Parkway Pinecrest, Florida 33156 Contact Name Nan Osores Phone Number: (305)234-2109 0141 CITY OF MARGATE Location: 102 N. Rock Island Road City of Margate, FL 33063 Contact Name Douglas E. Smith, City Manager Phone Number: (954)480-4263 SCHOOL BOARD OF BROWARD COUNTY Location: 2600 NW 18th Terrace Pompano Beach, FL 33066 Contact Name Lansa Seda, Buyer Purchasing Agent Phone Number: (754) 321-0524 BR i WARD BROWARD COUNTY Location: 1 North University Drive State 3100A, Box 309 Plantation, Fl 33324 Contact Name Yasmin Teja, Purchasing Agent II Phone Number: (954) 357-6066 BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 W W W.BIOERA.COM Page 14 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D Auctioneer & Staff. Qualification, training & Experience ARMANDO PERERA: President, Owner and Auctioneer Mr. Perera personally handles all aspects of the company's daily operations; marketing, sales, bid calling of auctions, asset redeployment, logistics and public service. Performs live auction Bid - Call in English & Spanish simultaneously and is a personal property appraiser with an extensive knowledge of automotive and heavy equipment market value. Since its conception, it was imperative for Armando to create a company that could change the status quo. He has provided creativity and innovation; communication and leadership in introducing the auction industry to the Hispanic community in South Florida and beyond. He is the driving force behind the expansion of our buyer's network into Latin America. Armando has educated our auction followers to expect nothing less than our honest professional opinion, transparency and hard work. He built a company where trust is a deliverable. Armed with a full service bilingual auction company Armando works closely with local government agencies to sell their surplus property in the public domain. He actively leads the company to understand the complexities of community -based initiatives and has received multiple recognitions for outstanding community work. iiUEUi MIAMI BEACH POLICE DErARTMISi PAA•m TEl TO ARMANDO PERERA AUCTIONS IN HEco0NITIUN FOR YOUR COMPASSION AND GENEROUS' SUPPORT AsSIS1ING THE JACK CHILDREN IN THEIR GREAT T161E OE NEED • Licensed Auctioneer / Licensed Business Auction. FL License # AU3744 • Accredited Auction Real Estate • Graduate Personal Property Appraiser • Licensed Real Estate Broker • REO Certified Realtor • Extensive knowledge of Import/ Export laws Bidera is a member of the following associations: • National Auctioneer Association • Florida Auctioneer Association • South Florida Board of Realtors APRIL 20 ! BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305.822-5000 F. 305-822-5007 WWW.RIDERA.COM Page 15 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D ISMELBA RAMIREZ: Accounting Mrs. Ramirez brings extensive accounting experience to the company, performing daily accounting activities including reconciliations of bank and credit card accounts, overseeing taxes, coordination and creation of financial reports and reviewing financial reports/support as necessary. Analyzing and reporting on financial status including income statement variances, communicating financial results to management and budget preparation. Improving systems and procedures and initiating corrective actions. • 15+ years accounting experience • Expertise with QuickBooks • Extensive knowledge of US GAAP • Advanced computer skills in MS Office, Excel and accounting software and databases • Excellent organizational, problem -solving, project management and communication skills • Additional experience in Audit and International accounting • Bachelor in Public Accounting, Santa Maria University, Venezuela — 2003 GRACE MONACO: Administrative Auction Clerk Mrs. Monaco performs the day to day operations with the responsibilities of devising and maintaining office systems, auction scheduling control, auction closing procedures, data management and filing of auction records, administrative procedures, providing customer support and also responsible to support and assist in data entry for accounts payable and coordinate digital advertising including creating overall social media strategies. Monitors and updates Bidera's website. Contributes and leads the integration of new office protocols based on changing processes, emerging technologies and customer input. • 10+ years auction software platforms experience • Significant multi -year experience running ad campaigns on a variety of display and search advertising mediums • Holds certification in Google AdWords advertising platform • Knowledge of website & auction software development • Excellent organizational, problem -solving, project management and communication skills • Bachelor of Science in Industrial Design, TAI of Ft. Lauderdale — 2001 JULIO SACCO: Field Auctioneer's Assistant 1. Mr. Sacco, works closely with the auctioneer in support of reporting and documenting motor vehicle specs & condition, starting vehicles for inspection as well as the preparation of all the items included in the sale. Will lead the buyer's preview (by appointment) and check-out schedule, collection of signed forms and proof of title transfer. Assists buyers and towing companies on site with any questions or concerns. • 5 years of property management experience • Knowledge of automotive industry • Excellent organizational, problem -solving, project management and communication skills BiDEIA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305.822-5000 F. 305.822-5007 W W W.BIDEBA.COM Page 16 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D CARLOS RAMOS: Field Auctioneer's Assistant 11. Mr. Ramos, works closely with the auctioneer in support of reporting and documenting motor vehicle specs & condition, starting vehicles for inspection as well as the preparation of all the items included in the sale. Will assist with buyer's preview and check-out schedule, collection of signed forms and proof of title transfer. Assists buyers and towing companies on site with any questions or concerns. • 10 years of customer service experience • Knowledge of automotive industry • Excellent organizational, problem -solving, project management and communication skills JONAH GOUIN: Digital Media. Mr. Gouin, Is responsible for the development of marketing and advertising campaigns and concepts. Collaborates in the creation of the online catalog. Optimizing images, video and content in support of detailing and completion of the catalog. Proposes, updates and maintains advertising schedules. Coordinates mailings, and other marketing materials. Tracks metrics and provides regular reports to management. Experience running ad campaigns on a variety of display and search advertising mediums • Knowledge of auction software & website development • 15+ years professional photography experience • Excellent organizational, problem -solving, project management and communication skills • Bachelors of Business Administration, University of Hawaii — 1992. E. Proposed Approach and Methodology. a. Suitability of the methodologies and approaches used in achieving tasks Bidera proposes to free the City of North Miami of all the work involved in setting up their auction. This means that we will take care of the auction process completely from the moment we have an inventory list from you or when you show us the items that you want to auction off. When Bidera is contracted by the City to set up an auction (online) we will provide a schedule of the work to be done from initial assessment through closing. Bidera will assign experienced personnel to assess, inventory and organize, optimize (by lot) and stage all items available for sale. Two major factors in our approach have supported success across a range of auctions: our professional experience in lot organization and the deployment of online auction services. Lot organization rests on two components, understanding the inventory and understanding the market. In the main, this is a matter of balance in the mixing of higher value inventory with less value items disbursed within the lot. The auctioneer's goal is to gain the highest revenue to the City while not diminishing the value to the buyer. At the same time, the City expects and needs the surplus inventory eliminated to the highest degree possible. That's the balancing act. BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 VVWW.6IDERA_cOM Page 17 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D b. Overall organization to providing the requested services When Bidera is contracted by the City to set up an auction we will provide a schedule of the work to be done from initial assessment through closing. Bidera will assign experienced personnel to assess, inventory and organize, optimize (by lot) and stage all items available for sale. Bidera staff will organize all merchandise into lots structured to bring maximum profit from the sale and tag all items to be sold online though items might be resident in different locations. Each lot and its associated details will be photographed onsite to create the online catalog. Where appropriate, Bidera also employs video files in the creation of our online catalogs. This is particularly useful in vehicle auctions. Bidera is meticulous with the preparation of vehicles, checking all V.I.N. numbers, recording mileage, jump starting vehicles when needed, engaging transmission, reporting on engine apparent condition, applying brakes, checking A/C, steering wheel, tires, paint, body and interior condition, reporting missing parts and noting auctioneer's overall vehicle condition opinion. Similar preparation method is applied to each type of heavy equipment, vessel, and specialty equipment. *Please note that where present, Bidera can add the City's internal property reference numbers into our system. We understand that these identifiers are essential in reporting the disposition of the City's "fixed assets," and as the selected vendor, we will support that effort. c. Ability to meet timelines and deadlines Bidera will meet with the City's auction project manager(s) to arrange for a site inspection, reviewing the physical set-up of the auction, inventory staging and the event schedule established, including all set-up/breakdown requirements, bidder inspection and event staffing throughout the process. Bidera typically arrives onsite three weeks prior to the auction event to organize the inventory, performing photography, video, lot organization/optimization and other tasks. The meeting will predate the three-week benchmark. Bidera currently produces auction events for 37 municipal/agency clients throughout the region. Of these, eight (8) generate adequate surplus inventories to support independent auctions and require between 2 and 3 auctions each throughout the year. with all contracts satisfied over the course of 20 weeks annually. The remaining 29 clients require the production of amalgamated auctions (combined inventories). These account for about eight weeks over the course of the year. The vast majority of auctions now take place online and Bidera typically allocates 5 working days to support the production of each auction. Our current schedule provides for 22 weeks during the year to produce online auctions for the City of North Miami. We have a very flexible approach to scheduling and expend every effort to meet the scheduling needs of all our clients. BIDERA LLC 4995 NW 72 AvE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305.822-5007 W WW.BIDERA.COM Page 18 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D d. Advertising Methods Bidera employs a full range of local print media and digital advertising methods to promote our auction events in English and Spanish language formats. Digital Media: Over the years more than 6,000 buyers have registered with us online and at previous onsite auctions. Our platform supports buyer notification by email blasts and "push" notifications to social media to reach all of them. Digital notices are placed on professional auctioneer's association database platforms including: www.Auctionflex.com www.AuctionZip.com www.Auctioneers.oro and www.craioslist.com and the Google advertising platform. Our municipal clients reach local, national and international buyers with pronounced effect. We increase our new buyers by between 20% and 35% at every auction as we extend our reach. Print Media: We will post local newspaper ads on behalf of City of North Miami for 2 weeks prior to auction day to satisfy local ordinances and achieve maximum exposure for the auction. Bidera provides bilingual print advertising with placement in The Miami Herald (English) and El Nuevo Herald (Spanish Newspaper) All marketing channels link back to Bidera's customized client auction/catalog pages directly where buyers will view the offerings. Bidera provides a value-added feature that is simply unavailable elsewhere. The City of North Miami will leverage the deep, long-term relationship Armando Perera has with our buyers. He knows who is interested in what merchandise and will get on the phone to personally advertise specialty surplus to the right buyers. He knows your market — and theirs. e. Auction process We will arrive on site to begin work on a date selected by the City at least 3 weeks prior to the auction. Once there, Bidera will organize items into lots that we feel will bring the highest revenue. Then it will be photographed and cataloged and uploaded to the City's customized page at www.bidera.com Dates for the beginning of the auction, possible preview, end of auction and pick up dates will be agreed upon between the City and Bidera in advance. This timeline will then be posted on the auction website for the general public. The City of North Miami has the option to offer a preview day, where the prospective bidders can physically view and inspect the items. Our staff will be onsite logging attending viewers. Bidera agrees to provide the following services to the City of North Miami regarding the sale of their Surplus: • Bidera will advertise and conduct all administrative functions related to the sale of their items under the provisions of Chapter 468 F.S. • All bidders will be notified by Bidera that all vehicles sold by the City of North Miami are Sold As -Is, Where -Is, with no warranty expressed or implied. • Upon receipt of payment in full Bidera will provide the buyer with a "Paid in Full" receipt. • Bidera will develop a customized webpage for the City of North Miami with all digital marketing directed there by active link. The page will have the City of North Miami Logo and present the auction catalog with descriptions, images and videos when present, along with the terms and conditions of the auction. BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305.822-5007 www.BIUERA.coM Page 19 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D • Following the auction, Bidera will deploy staff for 3 business days for check out to support the transfer and dispatch of the sold vehicles. • Bidders must show proof of payment and transfer of ownership prior to retrieving their purchases. • After the checkout period day, the City of North Miami will assist any remaining out of State buyers pending pick-up. • Out of State buyers may take up to 7 days to pick up and local buyers have 3 days to pickup. Payment will be issued to the City of North Miami within 10 business days following auction close. On www.bidera.com the general public can view current and past auctions. Bidders may register and login with the provision of a valid credit card. Bidera employs TLS1.2 in our SSL cert for the secure transmission of information. Security: Sensitive data is stored using high-level encryption. We do not store buyer payment information. It is securely redirected to our PCI compliant First Data merchant service. Servers are located in a restricted access level 4 data center. Property Transfer: The buyer will receive an "Unpaid" invoice with their total balance including itemized purchases, buyer's premium and sales taxes when applicable. They then can make their payment with a credit card or can wire the payment to a Bidera account, or by bringing the payment to our offices. Once paid, the buyer will receive a "Paid in Full" invoice. Winning bidders will be instructed to provide a "Paid in Full" invoice, photo ID and proof of registration (where title transfer is required) prior to retrieving their purchases at the City's location. We will also take care of issues such as checking V.I.N numbers making sure all vehicle titles are transferable and ordering duplicate titles when the City does not provide one. We have found this method to work very well. Bidera assures that all vehicles, vessels & trailers baring a title shall be transferred to a new owner using a local DMV, relieving the City from any future liabilities. Similar arrangements have been made to support the transfer of items controlled by other municipal offices. We have found this method to work very well. Bidera will present an auction plan including payment processing and the documented transfer of items. Reporting: As Project Manager for Bidera, Mr. Perera will be responsible for generating and delivering all reports of business. Bidera will provide Microsoft Excel -based reporting to include all unit numbers and lot number, along with its description, city Account Division code(s) or a separate account by agency (as directed by the City). The report will also include: • A registered buyer profile with bidder number, name, address, email, phone number and dealer/tax status. • The entry of each lot sold by number, the buyer number and price paid. • The buyer's invoice with buyer number, all contact information, lot number(s) purchased. with their descriptions and selling price(s), Taxes paid if applicable and the invoice total. • Lots sold (by agency) and a summary by agency. • An overall summary of the auction event including sales taxes by agency. BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, Ft.oRiDA 33166 T. 305-822-5000 F. 305-822-5007 www.HIDE RA.CUM Page 20 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D All electronic records will be maintained by Bidera in a secured environment throughout the term of the contract and for a period of no less than five (5) years after termination. Past auction results of each item can also be viewed at www.bidera.com The City of North Miami Terms & Conditions will be displayed as part of the online auction. By registering, the buyer agrees to the terms and conditions of the auction. Bidera will be requiring that all bidders execute the City of North Miami's Bidder Contract form upon registration and the form will include the assigned bidder reference number. We will establish the method of providing these forms to the City upon start-up and anticipate that the City will want electronic files generated. f. Auction equipment Bidera will provide a golf cart as a mobile working space to inspect and catalog the online auction inventory and transport the auctioneer. It is properly equipped with computers, tablets, cameras and all equipment necessary to support the auctioneer & staff. A Jump Box will also be located on -site to deal with any dead vehicle batteries. Bidera will occasionally deploy a drone to photograph bigger lots. F. Cost Proposal City of North Miami cost proposal RFP No. 23-18-19 This includes the sale of the entire City surplus. Not limited to the following: Vehicles, heavy equipment, parts, fire and rescue trucks, vessels, police forfeiture, personal property, restaurant equipment, landscaping equipment, scrap metals, furniture, electronics and real estate. Fixed Percentage Commission Charge 0% Fixed Percentage Buyer's Premium 10% G. Certified Minority Business Enterprise. Bidera is not a certified minority business enterprise. BIDERA LLC 4995 NW 72 AvE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305.822-5007 WWW.BIDERA.COM Page 21 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D H. References. NORTHNIAM1 REFERENCES (Form A-14) List a minimum of three (3) Name: Miami Dade County Public Schools Contact: Executive Director Address: 7001 SW 4 Street City: Miami State: FL zip:33144 Contact Person: Carlos Limon Phone: (786)275-0600 E -Mail: climon@dadeschools.net Type of Job Performed &Cost Auction Services, Prime Contractor Invoiced value of surplus $ 1.330.000,00 Name; City of Deerfield Beach Contact: PURCHASING MANAGER Address:401 SW 4th Street city_ Deerfield Beach State: FL Zip: 33441 Contact Person: Ivelsa Guzman Phone: (954)480-44861 (954)299-5255 E -Mail: iguzman@deerfield-beach.com Type of Job Performed &Cost Auction Services, Prime Contractor Invoiced value of surplus $700.000,00 Name: City of Miramar Address: 2200 Civic Center Place City: Miramar Contact Person: Gary Bannister Contact: Procurement Manager State: FL 33025 Phone: (954)602-3257 E -Man gabannister@miramarfl.gov Type of Job Performed & Cost Auction Services, Prime Contractor Invoiced value of surplus $605,000,00 BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 WWW.BIDERA.COM Page 22 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D I. Office Location. Bidera is located in the city of Miami at 4995 NW 72 Ave. Bidera's president, Mr. Armando Perera, will be the point of contact for all questions and requests regarding an auction. He may be contacted directly by phone at (305) 345-7490 (cell) or by email at AP@bidera.com. We have a very flexible approach to scheduling and expend every effort to meet the scheduling needs of all our clients. We have successfully produced and completed over 500 auctions for our cities and municipalities in a timely manner. Our efforts are focused on South Florida and the company is not seeking further expansion beyond the region. In the last 2 months we have produced and completed auctions for the following cities and municipalities: • Village of Miami Shores, • Miami Dade County Public Schools, • Broward Sheriff's Office Fire Department, • City of Coconut Creek, • City of West Miami, • City of Coral Gables, • Mami Springs Golf Course and Police Department, • City of Hialeah. Examples of past auction results are clearly posted on our website at http://bidera.hibid.com/auctions/past/ N/A J. Local Business Preference. BIoERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 W W W.NIUEEA.COM Page 23 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D K. Additional Information. The table below demonstrates many of the benefits of Bidera online auction method vs. other online auction platforms: BIDERA ONLINE AUCTION METHOD OTHER ONLINE AUCTION SERVICES Your surplus is in great hands. An experienced auctioneer and personal property appraiser prepares the City's surplus catalog with detailed item and condition reporting, videos and photos. We specialize in maximizing revenue for vehicles and heavy equipment. Our buyers have come to depend on the auctioneer's comments and contact him directly with surplus questions. Other services only provide a platform. All the work must be done by the City. Limited experienced City employees must prepare and upload the entire surplus catalog. Limited or inaccurate information diminishes buyer confidence or may give the appearance of collusion. Our auction software allows us to resale items to the backup bidder. This is extremely useful in the event an item is abandoned. We document and maintain clear records of all changes. Not capable of reselling an item. Item/s has to be sold in a future auction. We advertise the surplus extensively on your behalf. Contact buyers directly by phone. Place surplus in specialty publications if necessary. Place an ad of the upcoming auction in the local newspaper as required by Chapter 274.06 An evaluation conducted by the City of Miramar concluded that our auctions yield more revenue for them when compared to Public Surplus, Gov Deals and other platforms they have used in the past. Payment is collected on your behalf. Automated credit card payments are integrated with our auction software. Buyers can also pay via bank transactions. Buyer experience comes full circle when finalizing their purchases with our courteous staff. Not designed to advertise outside of its online platform. The City does all the work to produce an auction, adding operating costs for the City. City employees collect payment. Check out times are advertised accordingly and done by appointment. Buyers are accompanied by our staff. Check out is done by the City's employees. No other auction company provides the municipal client with the advantages found at Bidera. We offer comprehensive services from initial inventory assessment through auction production, payment processing and post auction management. L. Litigation. Bidera is involved in no litigation and no debarment has ever been placed upon Bidera. BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 WWW.BIDERA.CUM Page 24 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D M. Insurance Requirements. CERTIFICATE OF LIABILITY INSURANCE DATE IMi10D7Yr n 02+112010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERIS), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMI3bRTANT: If the certificate holder is an ADDITIONAL INSURED. the pelicypes) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED. subject to the terms and conditions of the po icy, certain policies may require an endorsement- A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsementls). PRODUCER Fonun Insurance. inc ?156Pager= Avenue Cita) Gables FL 33134-6007 !ACT Judith Grave de peralta RAW Pt,81., Pte. (305) 455.3535 1 i C, rror. BFII Judahgreemleperalta,grfottuninsumce.can WtURIR(SIAFEOPDMG COVERAGE RAC E mumm,A SCo t5dale 101872 IXSURED Bich= LLC 4985 NW 72 Ave ,01408 Mans Ft 33188 INSURER 8' MAPFRE Insurance Co, 34232 mu PER a. United States Lialsitity Ira 2°•5W DISURER D' INSURER E - INJURER P. COVERAGES CERTIFICATE NUMBER: tang Master REVISION NUMBER: THIS I9 TO CERTIFY THAT THE oOL IC, ES OF nt$URANCE LISTED BELOW HAVE BEEN ISWED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTI-ER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE IDSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY rtiE POLIO ES DESCRIBED HEREIN Iv SUBJECT TO ALL THE TERMS, EXCLU£,IONS AND CONDITIONS OF SUCH POLICIES. LIMITS u SHOWN VAT HAVE 8tEN RE7i UCEDppBIIYCPAID CLAIMS VI TYPE OF INSURANCE pap �i O POLICr H1A1@EP (YIE9Q'Yy1�Y1 (MltbgMYFYyf meta A X COIWERCW.GENERAL UNMET, ,=PS2730028 (73/X=1S 01ST 030 2019 EACHCC.,LRRENCE 1 I,000000 DAMAGE TO RENTED PREuIEE5 LESO.nCwo, r 100.000 tGNMwLLK1E X OCCUr. vED8 IMroneGnus, 1 S.D1XI wNALSADv w,w,:r J 1.0 .O00 GEN6WLAGGREDA i J 2.000,000 CAM. , AU, GRESATE LILTS APP LIES PER PaJCY � ELT 1 1 .:: QTER 0.nODUCTS • cBr'OP A00 1 ^000,000 1 g MROMOSEE _ z( - Lr8BEITY We Afro CmNlte M AUTOS CY MIRED ALT'08 ONLY X ECHEDctaC AUTOS NON-GMZL /1y"..S LtsILY 5:04070093820 07. 2015 ).0 07 2015 CCMEsED SINGLE LRHT Ea JcWseci I ,,Ne o E;.OLY sfuUR' Rs' Ness: 8 EN pLUK:Pct re LY Y am%. J FROPERt'r DAMAGE ;Per setoff' r Underinsured motorist s 500,000 —• UNEREIIJI LIRE EXCE$E UAll u- CGrw'R LWIJWIAADE PACK OtA.P3RFSN".E 1 AGGREGATE I 1 DWI RETENTION 1 PER STATUTE :. EA WORMERS COUPE/MEATEf11 AND EMPLOYERS' LABILIT' ANT PROMETCPLPARINEGNIXEOUTIVE El Od0IOE.RHAEMBE EXCLUDED, (WM1i/ct In NM Ir its, *mune tame OFt4f FTPiN OF OPERATION% eeM It:A El F.AOH AOCIDEAr; 1 EL DISEASE -IA ril,IPL4TEE 1 EL DIENAPE-POINT LLLIT 1 C Real Estate Error d Omas)ons Auctioneers Erns, 8 Omssia s REA r 550758DI SP15.i9i0C 0401/2018 0{!1112014 RFJV Fks' S2.`.AD SP,' Ded: 52.600 $1,000D00 51 090 000 DE40RIPTIOM or OPIRMIONI1 LOCAT)ONI, VEHICLEs(LCOFD let.Atl0G>nH assists IIGM.YII. may im Ithefsa 0 sat Casa. ft fg0i'Pal CERTIFICATE HOLDER CANCELLATION Cty of North MUM 778 NE 125th Street NCrth M -3m: tL 33181 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS At/THOR0:10 REPREIENTATIVE ACORD 25 020181031 019012015 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 WWW,BIDERA,COM Page 25 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D JIMMY PATRONIS CHIEF FINANICAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION • CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW NON -CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. EFFECTIVE DATE: 3(1712018 PERSON: PERERA FEIN: 463100185 BUSINESS NAME AND ADDRESS: BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI FL SCOPE OF BUSINESS OR TRADE: SaMovement or Cottectoo Outside 33166 EXPIRATION DATE: 3/16/2020 ARMANDO IMPORTANT: Pursuant to Chapter 440.0504f i. F.S., an officer of a corporation who elects exemption from this chapter by filing a certrficate of election under this aecllen may Dot recover benefits or compeneauon under this chapter Pursuant to Chapter 440.05(121, F 5.. Certificates of election to be exenlpL.. apply only within the scope of the business or trade listed on the notice of election to be exempt. Pursuant to Chapter 440.051131. F.5.. Notices of election to 1>e exempt and certificates of election to be exempt shall he subject to revocation if, at any time after the filing of the notice or the issuance of the certificate. the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate The department shall revoke a certificate at any time for failure of the person named on the certificate t0 meet the requlremente of this section DFS-F2-DWC-262 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08.13 QUESTIONS/ (850)413-1609 BIDF.RA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305.822-5007 WWW,8IDERA,COM Page 26 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D N. RFP Forms. BIDERA LLC 4995 NW 72 Ave SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 WWW.BIDERA.COfvt Page 27 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D FORM A-1 NUN 1 , MIAMI SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to BIDERA. LLC by ARMANDO PERERA for ARMANDO PERERA [print individual's name and title] [print name of public entity] [print name of entity submitting sworn statement] whose business address is 4995 NW 72 Ave Suite 405 MIAMI, FL 33166 and (if applicable) its Federal Employer Identification Number (FEIN) is 46-3100165 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: .) 2. I understand that a "public entity crime" as defined in Paragraph 287,133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity, The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D FORM A-1 �yt L11I --1VMIAMI 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [indicate which statement applies.] Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD- OUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF -ANY CHAN IN THE INFORMATION CONTAINED IN THIS FORM. [signature] Sworn to and subscribed before me this._ /% day of __/ d2/"?' , 20 1 . Personally known �,-� OR M.1,4:641 ( Produced identification 44/' Notary Public - State of / ";.-ZI/ J7 _ 7:e ;-79 "- My commission expires D`///71 e;'742'4 (Type of Identification) (Printed typed or stamped Commissioned name of Notary Public) PAM Diu State of Florid. My Commission Expires 04/1912020 Comnlsslon No. FF 983914 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D NC](MMIAMI FORM "A-2" NON -COLLUSIVE BIDDER CERTIFICATE STATE OF FLORIDA COUNTY OF MIAMI-DADE Before me, the undersigned authority, on this day personally appeared A(ZNNAN.ao 17&P Rik (Authorized Officer), who being by me duly sworn, deposes and says: 1. That he/she is the t RE.st DE_NT of the corporation/partnership known and styles as t3 I A G_ IAA LL.0 . duly formed under the laws of the State of FL , on ON) 2`I ,2011 , is duly authorized to represent such corporation/partnership in the making of this Affidavit and certification, 2. That BIPtRA Lt -c.. (corporation/partnership) has not, within 6 months next preceding the date of this affidavit, entered into any combination, contract, obligation, or agreement to create nor that may tend to create or to carry out any restriction on secret, competitive bidding on the procurement of AUc--rtor 5E(2v'&c es , to fix, maintain, increase, or reduce the price set out in the Proposal (bid) on the Project; to fix or maintain any standard or figure whereby the price bid in the Proposal is or has been in any manner affected, controlled, or established; or in any other manner to prevent or lessen competition in the bidding for the Project. 3. That BI /2.A . (corporation/partnership) has not, during such time, entered into, executed, or carried out any contract, obligation, or agreement with any person, corporation, or association of persons not to bid on this Project below a common standard or figure, to keep the price thereof at fixed or graded figures, to preclude a fair and unrestricted competition in the bidding of this Project, to regulate, fix or limit the bidding on the Project, or to abstain from engaging in the bidding on the Project, or any portion thereof. 4. That LLC , (corporation/partnership) has not within 6 months next preceding the date of this Affidavit, either directly or through the instrumentality of trustees or otherwise, acquired assets shares, bonds, franchise, or other rights in or physical properties of any other corporation or partnership for the purpose of preventing or lessening, or in a manner that tends to affect or lessen, competition in the bidding on this Project. 5. That t3it 12.11, (corporation/partnership) has not within such time entered into any agreement or understanding to refuse to buy from or sell to any other person, corporation, firm, or association of person who bids on the Project. DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D NC12IN�M�IA�MI 6. That no officer of BID ERA ►-rc. has, within Affiant's knowledge, during such 6 months made on behalf of its or for its benefit any such contract or agreement as is specified in this Affidavit. 7. That these representations and warranties will be true at the time ofTh`e1 1 opening. By: -1r<N1FlN-DO Its: Authority Warranted SWORN TO and subscribed before me this /3 day of �.rl.' /d , 20 Notary Public My C• mission Expires: Mabel Diaz r�+ State of Florida i My Commission Expires 0411912020 %°"` Commission No. FF 983914 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D NMI OMIAM1 ninsimrwin FORM "A-4" PROJECT: OWNER: BIDDER: QUESTIONNAIRE INSTRUCTIONS 'AuGTIQN SrrIZVtc;6S ►ARP No. 23-19)- CITY OF NORTH MIAMI B ►7DERA INSTRUCTIONS A. All questions are to be answered in full, without exception. If copies of other documents will answer the question completely, they may be attached and clearly labeled. If additional space is needed, additional pages may be attached and clearly labeled. B. The City of North Miami shall be entitled to contact each and every person/company listed in response to this questionnaire. The Bidder, by completing this questionnaire, expressly agrees that any information concerning the Bidder in possession of said entities may be made available to the City. C. Only complete and accurate information shall be provided by the Bidder. The Bidder hereby warrants that, to the best of its knowledge and belief, the responses contained herein are true, accurate, and complete. The Bidder also acknowledges that the City is relying on the truth and accuracy of the responses contained herein. If it is later discovered that any material information given in response to a questions was provided by the Bidder, knowing it was false, it shall constitute grounds for immediate disqualification, termination, or rescission by the City of any subsequent agreement between the City and the Bidder. D. If there are any questions concerning the completion of this form, the Bidder is encouraged to contact the Purchasing Department via email at purchasingna,northmiamifl.gov or via phone: (305) 895-9886. DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D NEP E.H MIAMI QUESTIONNAIRE Bidder's Name: Principal Office Address: BIDERA, LLC 4995 NW 72 AVE SUITE 405 MIAMI, FL 33166 Official Representative: Individual Partnership (Circle One) Corporation If a Corporation, answer this: When Incorporated: 06/24/2013 ARMANDO PERERA In what State: If Foreign Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: FLORIDA President's Name: Vice President's Name: Treasurer's Name: Members of Board of Directors: If a Partnership: Date of Organization: General or Limited Partnership*: ARMANDO PERERA DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D ' . . < MIAMI Name and Address of Each Partner: Name 1. 2. 3. ‘,1/A Address *Designate general partners in Limited Partnership 1, Number of years of relevant experience in operating similar business: IL 2. Have any similar agreements held by Bidder for a similar project to the proposed project ever been canceled? Yes( ) No (7<) If yes, give details on a separate sheet. 3. Has the Bidder or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last five (5) years? If yes, please explain: N l A 4. Has the Bidder or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? NIA If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary. N/A 5. Person or persons stied in the proposal and Questionnaire Form (� ,(have not), been convicted by a Federal, State, County or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strike our inappropriate words). Explain any convictions on a separate sheet. 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: A. List all pending lawsuits: 1\I-tt DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D NUN I iaMi B. List all judgments from lawsuits in the last five years: N;A C. List any criminal violations and/or convictions of the Bidder and/or any of its principals: N'A 7. Conflicts of Interest. The following relationships are the only potential, actual or perceived conflicts of interest in connection with this proposal: (If none, so state). The Bidder understands that information contained in this Questionnaire will be relied upon by the City of North Miami in awarding the proposed Agreement and such information is warranted by the Bidder to be true. The undersigned Bidder agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the Bidder, as may be required by the City Manager. The Bidder further understands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the City of North Miami Police Department. By submitting this questionnaire, the Bidder agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D NIP f HrMIAMI I certify that the information and responses provided on this Questionnaire are true, accurate and complete, The Owner of the Project or its representatives may contact any entity or reference listed in this Questionnaire. Each entity or reference may make any information concerning the Contractor available to the Owner. Dated FEBRUARY 74th 2019 T CONSULTANT: Sworn to and s Nota By -AP-AM/0d° 'ere rte., Its d before me this /5 day of :4� 1 ,20 /1 My Commison Expires: • Andel Sate of Bow 1/4. n Expires 0411912020 °i Commission No. FF 983914 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D NUJ i i J1MIAMI FORM A-5 ADDENDUM TO BID DOCUMENTS BID NUMBER: Wa 3- BID OPENING DATE: UdS.( 11 2-0 ICIv J 1 To All Bidders: It is the Bidder's responsibility to assure receipt of all addenda. The Bidder should verify with the designated Contracting Officer prior to submitting a proposal that all addenda have been received. Bidder's are required to acknowledge the number of addenda received as part of their proposals. This form must be returned with your bid as acknowledgement of receipt of all addenda issued for this RFP,RFQ or IFB and must be signed in the space provided below. Bidder's failure to return this form will be deemed non -responsive and will not be considered for contract award. Please initial to acknowledge receip Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 Addendum No. 5 Addendum No. 6 Addendum No. 7 Addendum No. 8 Addendum No. 9 Addendum No. 10 a pertaining to this contract: Acknowledged by: Name: And c Signature: Date: 2-'5-20 31 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D Form "A-7" NO HMIAMI i 0 R 1 0 A General Insurance Requirements Bidders must submit with their bid or proposal, proof of insurance meeting or exceeding the following requirements. • Workers' Compensation Insurance — Statutory limits and Employer's Liability Insurance - $1,000,000 • Fidelity / Dishonesty Coverage - $500,000 per occurrence • Professional Liability (Errors and Omissions) Insurance — 1. $1,000,000 per occurrence, $2,000,000 aggregate on dedicated project limits with a deductible (if applicable) not to exceed $25,000.00 per claim (audited financial statements required). The certificate of insurance shall reference any applicable deductible; 2. Claims made policy must have an extended coverage reporting period of two years past the coverage completion date; 3. For Deductible programs or Self Insured Retention Programs an Irrevocable Letter of Credit or performance Bond for amount of SIR/Deductible is required. • Commercial General Liability Insurance — preferably written on an occurrence form with $1,000,000 for each occurrence, to include contractual liability, personal & advertising injury, and products/completed operations. • Automobile Liability Insurance -- $1,000,000 combined single limit bodily injury & property damage, The successful Bidder(s) must submit, prior to signing of contract, a Certificate of Insurance including the City of North Miami as additional insured for Commercial General Liability and Auto Liability Insurance. Consultant shall guarantee all required insurance remain current and in effect throughout the term of contract. Please note: The insurance requirements listed above are general in nature and should only be used as an indication of the most frequently required levels of coverage. Actual requirements may vary and will be fully documented within each individual IFB/RFP. DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D ACO CERTIFICATE OF LIABILITY INSURANCE ilk.----! DATE /11/20IYVYY)19 02111120REP THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Fortun Insurance, Inc 365 Palermo Avenue Coral Gables FL 33134-6607 CONTACT Judith Grave de peralta NAME: PHONE (305) 445-3535 FAX vac, Eat): (AIC, NO E-M o, EAooREss: Judith-gravedeperalta@fortuninsurance.com INSURER(S) AFFORDING COVERAGE NAIC N INSURER A . Scottsdale 10672 INSURED Bidera LLC 4995 NW 72 Ave., #405 Miami FL 33166 INSURER B : MAPFRE Insurance Co. 34932 INSURER C: United States Liability Ins. 25895 INSURER D INSURER E : INSURERF: COVERAGES CERTIFICATE NUMBER: 18119 Master THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDINGANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUC ES DESCRIBED HEREIN IS SUBJECT TO ALLTHE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADOLSUBR INSD WVD POLICY NUMBER POLICY EFF )MMIDDIYYYY) POLICYEXP (MMIDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CPS2780026 03/0512018 03/05/2019 EACH OCCURRENCE 5 1,000,000 CLAIMS -MADE X OCCUR PR PREMISES (Ea occurrence) 5 100,000 MED EXP (Any one person) 5 5.000 PERSONAL&ADV INJURY s 1,000,000 GENII AGGREGATE POLICY OTHER: OMIT APPLIES PER PRO. JECT I LOC GENERALAGGREGATE S 2,000,000 PRODUCTS - COMP/OP AGG S 2,000,000 5 g AUTOMOBILE — X _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY x �/ - SCHEDULED AUTOS NON•OWNED AUTOS ONLY 5204070000820 07/20/2018 07/20)2019 COMBINED SINGLE OMIT (Ea accident) $ 1,000,000 BODILY INJURY (Par poison} $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per aatdenl) $ Underinsured motorist s 500,000 UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE S AGGREGATE S DED RETENTION 0 S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes. deecnbe under DESCRIPTION OF OPERATIONS below Y I N NIA PER OTH- STATUTE ER E.L EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT S C Real Estate Error & Omissions Auctioneers Error & Omissions REA1550758D/SP1559320C 04/11/2018 04/11/2019 REA/ Ded $2,500 SP/ Ded: $2.500 51,000,000 $1.000.000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION City of North Miami 776 NE 125th Street North Miami FL 33161 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016103) ©1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD JIMMY PATR ON'S CHIEF FINANICAL OFFICER STATE OF FL ORIDA DEPART MENT OF FINANCIAL SERVICES DIVISI ON OF WORKERS' C OMPENSATI ON ' CERTIFICATE OF ELECTION TO BE EXEMPT FROM FL ORIDA WORKERS' COMPENSATION LAW " NO N -CONSTRUCTION INDUSTRY EXE MPTI ON This certifies that the indi vidual listed below has el ected to be ex empt fr om Florida Workers' Compensation law_ EFFECTIVE DA TE: 311712018 EXPIRATION DATE: 3/1612020 PERSON: PERERA FEIN: 463100185 BUSINESS NAME AND ADDRESS: BIDERA LLC 4995 NW 72 AVE SUITE 405 M IAMI FL SCO PE OF BUSINESS OR TRADE: Sales pe rson s or Collectors .COutside 33166 ARMANDO IMPO RTAN T: Pursuant to Chapte r 440.05(14 ), F_S_, an officer of a co rpo ra uo n who e lects e xemption from this chapter by Ong a certific ate otelecti orr u nder this section may n ot re cove r bene fits or compensation under this chapter Pu rsu ant to Cha pter 440.05(12 1, F.S.. Certificates of election to be exempt__ sooty only within the scope of the bu siness or trade liste d on the notice of election to be e xempt. Pu rsu ant to Chapter 440.05(!3 ), FS_. N otic es o€ eie ;twn to be exempt and certifica tes of erection to be exempt shall be subject to revocation if, at an y time a4er the filing of the notice or the is suance of the c ertific ate , r e perso n named on the notice or certificate no lon ger meets ttre re quire men ts of this section for stance of a certificate. Th e dep artment shall revoke a certifica te at an y time fo r failure of the person na me d on the certificate to mee t the require me nts of this s ectio n. DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D DFS-F2-DWC 2552 CERTIFICATE OF ELECTION TO BE EXEM PT REVISED 08-13 QUESTI ONS? (850)413-1609 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D NURTH11MIAMI F L O R 10 A REFERENCES (Form A-14) List a minimum of three (3) Name: Miami Dade County Public Schools Executive Director Contact: Address: 7001 SW 4 Street City: Miami State: FL zip: 33144 Contact Person: Carlos Limon Phone: (786)275-0600 E -Mail: climon@dadeschools.net Type of Job Performed & Cost Auction Services, Prime Contractor Invoiced value of surplus $ 1.330.000,00 Name: City of Deerfield Beach Contact: PURCHASING MANAGER Address: 401 SW 4th Street City: Deerfield Beach State: FL zip: 33441 Contact Person: Ivelsa Guzman Phone: (954)480-4486 / (954)299-5255 E -Mail: iguzman@deerfield-beach.com Type of Job Performed & Cost Auction Services, Prime Contractor Invoiced value of surplus $700.000,00 Name: City of Miramar Contact: Procurement Manager Address: 2200 Civic Center Place City: Miramar State: FL Zip: 33025 Contact Person: Gary Bannister Phone: (954)602-3257 E -Mail: gabannister@miramarfl.gov Type of Job Performed & Cost Auction Services, Prime Contractor Invoiced value of surplus $605.000,00 PRINT DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D JIMMY PATRONIS CHIEF FINANICAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION * * CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW * * NON -CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. EFFECTIVE DATE: 3/17/2018 EXPIRATION DATE: 3/16/2020 PERSON: PERERA ARMANDO FEIN: 463100185 BUSINESS NAME AND ADDRESS: BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI FL SCOPE OF BUSINESS OR TRADE: Salespersons or Collectors:: Outside 33166 IMPORTANT: Pursuant to Chapter 440.05(14), F.S., an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter. Pursuant to Chapter 440.05(12), F.S., Certificates of election to be exempt... apply only within the scope of the business or trade listed on the notice of election to be exempt. Pursuant to Chapter 440.05(13), F.S., Notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if, at any time after the filing of the notice or the issuance of the certificate, the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate. The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS? (850)413-1609 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D ® Cr1 � Al l��/ViR CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 03/14/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the pa icy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Fortun Insurance, Inc. 365 Palermo Ave. Coral Gables FL 33134-6617 CONTACT Judith Grave de peralta NAME: PHONE (305) 445-3535 FAX IA/C. No. ENO: (A/C, No): E-MAIL Judith.gravedeperalta@fortuninsurance.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Scottsdale INSURED Bidera LLC 4995 NW 72 Ave., #405 Miami FL 33166 INSURER B : MAPFRE Insurance Co. INSURER C : United States Liability Ins. INSURER D : INSURER E : INSURERF: COVERAGES CERTIFICATE NUMBER: 19/20 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INS° SUBR WVD POLICY NUMBER POLICY EFF IMMIDD/YYYY) POLICY EXP (MM/DD(YYYY) UMITS A X COMMERCIAL GENERAL LIABILITY CPS2965440 03/05/2019 03/05/2020 EACH OCCURRENCE $ 1,000,000 PREMISES (Ea occDAMAGE TO urrence) $ 100,000 CLAIMS -MADE C OCCUR MED EXP (Anone person) y $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'LAGGREGATE LIMIT APPLIES PER. POLICY ❑ JEa LOC OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ g AUTOMOBILE X UABIUTY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X %f SCHEDULED AUTOS NON -OWNED AUTOS ONLY 5204070000820 07/20/2018 07/20/2019 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ Underinsured motorist $ 500,000 UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' UABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE I I OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N N f A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L DISEASE - POLICY LIMIT $ C Real Estate Error & Omissions Auctioneers Error & Omissions REA1550758D/SP1559320C 04/11/2018 04/11/2019 REAL Ded: $2,500 SP/ Ded: $2,500 $1,000,000 $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) The Certificate Holder is named as Additional Insured when required by a written contract agreement CERTIFICATE HOLDER CANCELLATION City of North Miami 776 NE 125th Street North Miami FL 33161 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE r ACORD 25 (2016(03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD - 104941S" FLEET/E QUIPMENT/LAWNMO WER/60SC INVE NT ORY 1 ' 298725537 STIFLE NIS 291 PUBLIC W ORK S NO 4/24/2021 N/A L AW NMOWER 2 IBM CORRECTING SELECTRIC III PUBLIC WORKS N0 4/24/2021 511 _ MISCELANEOUS 3 RED 904/10052510 REDM AN 05300 PUBLIC WORKS NO 4/24/2121 N/ A 33 RPLUS PICIURE51RE0M4X G5300 _ _. . . L AWNMOWER 4/24/2021 I/OSURPLUS PICT ESGSTIH1 051]02909 3915 —�— ------ 4 ORANGE x9egs34ss srlHl Ms 1)D PUBLIC WORKS uls Uw x4eowER RED 51163]263 STORM GT PORTABLE GENERATOR PUBLIC W ORKS ND 4/24/2021 9/ 0 04964/4 5-P�T1 0ESlSTOR M CAT 533637263 EQUIPM E NT 6 ORANGE 530047941 HUSQVARNA 137 1 -TECH PUBLIC WORKS N0 4/24/2021 N/A J PLUSPICTAIRE$\HVSQVARNA 530047941 L AWNMO WER 7 ORANGE 961 4462E STIHL MS 250 PUBLIC WORKS NO _ 4/24/2021 N/A /049005 PICTURESl9THL MS 25000009634462E LAWNMOWER 8 W HITE ORA NGE 91111 PUBLIC WORKS NO __ 4/24/2021 N/A SURPLUS PICTUR )515!14/2 ORANGE -WHITE L AWN MOWER 9 RED 631124311.4 REDMAK PUBUCW ORK9 NO _ 4/24/2021 N/A ` SURPLUS PICTQRESVIEO MAX0311263114 L AWNMOWER 10 WHITE STIFLL MS 2- PUBLIC WORKS NO 4/24/2021 N/A SURPLUS PICTURES\STIHL MS 2-- LAWN MOWER 11 RED 05-500013 REDM AK 191000 PUBLIC WORKS NO 4/24/2021 WA ,SURPLUS PICTURES\REP MAX 47000 LAW NMOWER 12 WHIT E STIHL 0 5280 PUBLIC WORKS NO 4/24/2021 5/A SURPLUS PICTURES \STIHL MS 280 L AWN MOWER 13 WHITE ORANGE 50 31/ MS 650 PUBLICWOMS NO 4/24/2021 N/A SURPLUSPICTURE .S5T141L M5650 - LAW NMOWER 14 W HITE ORANGE STIHI PUBLIC WORMS NO _ 4/24/2021 rv/aSURPLUS PICTURES \STIFLE L AWN MOWER 15 WHITE O RANGE 4238 3510501E 50 30 PMG F20-1 PUBLIC WORKS N0 _ 4/24/2021 N/A SURPLUS PICTURES\STIHL_PA6 -042 6] LAWN MOWER i6 4282]011300 551130 PUBLIC WORKS N0 4/24/2021 N/A UWN MOWER 1] ORANGE 1010 PUBLIC WORM N0 4/24/2021 Wa 13111105 PIC16465\ECHO LAWNMO WER 1B RED 9020147 SHINDAIWA 13402 PUBLI C WORKS NO __ 4/24/2021 N/ A tiURPLUS PICTURES 1S HI NO AIW A 18802 __ LAWNMOWER 19 WHITE ORANGE 28553322 57110. F5555 PUBLIC WORKS NO___ 4/24/2011 5/1 SURPLUSPICTURESSTLNL F5 55R - LAWNMO WER 20 WHITE ORANGE STIFLE FS2SOR PUBLIC WORKS NO 4/24/2021 N/A SURPLUS PICTVRES\STIHL FS 2500 L AWNMOWER 21 YELLO W 1004898 ROBIN SUBARU 404/7500 PUBUC WORKS NO _ 4/24/2021 034 .\5URPI USPICTURE51ROBINPuwGV 7500 NMOWER 22 BLUE 110]6027098001-- 7 HOFMANN MON TY1565 PUBUC WO RKS NO 0/24/2021 N/A ..\SURPLUS PICTURES\HOFMANN MONTY 1565 L AWNMOWER 23 GREEN 5000400501090 ORFSSERWA YNE W52285V 151 PUBUC WORKS NO .014/2021 12/3 15119021 PICTURES\DR6GGOI1YA'II5L LAW NMOWER 24 O RANGE ST IHL FS501 PUBLIC WORKS NO 4/24/2022 N/a . E,URPLUS PIC TUT35S\STIHL F5 501 UW NMOWER 25 WN ITF STW L 15503 PUBLIC 030 416 NO 020 243 N/ A sURPFLI5 iRVRE51S T1Hl PS RV LAWNMOWER 26 YELLO W 4 61319 AIR SYSTEM 1013 -GB PUBLIC WORKS NO 4/24/2021 4,63 -5\II R SYSTEM SVB-9.p EQUIPMENT -. - 31 SURPLUS/9LO WN OUT 800150 PW 2] 0607 61144042601LL7514 KF5541 CORD 2012 GROWN VI CIURA POLICE LSIMO UE NO _. 3/16/2020 1773)2VEHICLE 28 1221 661160451. 126C1617514 X4/5841 CHEVROLET 2032 CAPRICE CLASSIC POLICE LSIMON NO 3/]9/1010 >),xeb ELF PICTURES VH5841 00034230]582 SURPLUS/BLOWN OUT M OTOR/1021 .20011 SIM ON TOOK KEYS1N21 AND UNIT TO GET EST F OR REPAIR/BACK AT PW VEHICLE 29 22125 2B3K4 4447651429809 223491 DODGE 2006 CHARGER PO LICE 6.00 510 NO 3/27/2020 157 ,588 - :',22401 SIIRPLUS/BWWN OUT VEHICLE 30 1106 2000P750050159431 007579 FORD 2011 CROWN VICTO RA PONCE WSUMIEA NO 3/30/2020 126601 3iS/607579 SURPLUS/BLOWN OUT M OTOR/P ARKED BEHIND PW VEHICLE 31 1218 20330.14190 0169330 063428 DODGE 2012 CHARGER MU LE 0.80540E NO 6/9/2020 99,280 II ESVIG342B PARKE D OMPW/IIEV INS. 414101E 32 1214 203400.4 580 1169335 015534 DO DGE CHARGER POUQ 1.80544E NO 6/9/2020 N/A FLEETPICTURESX15534 PARKED ON PW/111820 AUTO IS NO L ONGER ON PW PO T OON IT/B AC K AT PW VEHICLE 33 1410 16601210155149076 X07359 CHEVROLET 2014 TAHOE PO UCE 1.805210E UNCERTAIN 6/9/2020 87 473 T 000120S3XP7363 __ 1ARIO D ON PW/66 Y INSIDE VEHICLE 34 0903 2133134 4375913624714 1039635 DODGE 2009 CHARGER PO LIO G.BO50UE UNCERTAIN 6/9/2020 113,119 ..5T PIC TU8E5\AB9635 PARKE D ON PW 6 991031 35 0906 2639643!090114111 X89634 DODGE 2009 CH ARG ER PO UCE 1.BOSQUE UNCERTAIN 6/9/2020 N/AFTPICNRE SX09G3R 400111 JU 042E TORERO ODOMETER/PARRED ONPW/NO KY VEHICLE 36 RED 215437 FORD CRO WN VICTORIA PO UCE 5.80300E NO 6/10/2020 143,023 LET PICTURES \»5437 SURPLUSJILOWN OUT MOTOR/P ARKED BEHIND PW VEHICLE 37 0701 22040P W173135A] 007361 FORD 2008 CROWN VICTORIA POLICE 0.80500E NO 6/12/2020 N/A .ET %CIURE501073 WRPIIb/MSMOM ED/PMKE0 BEHIND PW/H OODOMETER VEHICLE 38 0701 20067005041774 007361 FORD CROW N VICTORIA POLICE 1..850UE NO 6/12/2020 0/a IFTPICT URESISD 1 SURPWS[CR ASNED/PMKEP BEHINDPW/UNA &ETOREAD 0DOMET50 NO ENGINE VEHICLE 39 GRAY 3FA6P03]IIOR1B37)4 %D3183 FO RD 3013 FU SIO N POLICE G.BOSQUE !b 6/ly3p]D N�; S LEET PICNRF4Um71RR SURPLUS/CIWSNEWPMIID BEHIND PW/11]8.21 00!064/0 tDNGE4OM PW PO TOOK IT/A5 PER LTN PERF2Tile ARE G OIN G lO MIN E I'm 03180 0(!0 PW 4/14/1011 40 0404 2012P71WYA K155574 407593 FORD 2004 CRO WN VICTO RIA POLICE GBO SQUE NO 6/12/2020 135.031 SIT PICTURES 0707513 SURPLUS/056030D/PARKED BEHIND PW VEHICLE 41 0908 2B3KM3T49M624713 8 3120116 DODGE 2005 CHARG ER POLICE 1. BOSQUE NO 6/12/2020 N/A FET 91CIURESX62086 SURPLUS/BLOWN OUT MOTOR/PARKED BEHI ND PW/UNABLE TO READ OD OMETER NO B ATTERY C ABLE VEHICLE 42 36161 113913134135411113113278 423427 LN TERMTION 1996 360 0 THOMA S VISTA 50X0440 C.BROWN NO 6/12/2010 155, 429 FET PICT URESV93427 NEED550PAIA VEHICLE 43 22816 283194300061429803 241928 DODGE 2006 CHARGER POUCE G.BO S4UE NO 6/12/2020 54/4 EET PICR114E31241928 ---- —_--- SURPLUS/ENG1904304K/TMNMYS1EPPING/NO KY 92X1011 44 WHITE ]1413553U/64175807 233346 FORD 2006 TAURUS PO UCE G.BOSQUE NO 6/11/2020 113 272 1FT PICTURES\ 23334 6 SURPLUS/BLOWN OUT MOTOR/KY INSIDE VEHICLE 45 0510 1133E1461165136 11928 218]45 DODGE 2005 STRATUS P45 CBROWN NO 6/12/2020 104,629 .16110111€6521642 SURPWS/BWWN OUTMOTOR/RE435310E - VEHICLE 46 0504 15310454854511329 218)44 DODGE 2005 STRA TUS PUBUC WORTS K LEONA RD NO 6/12/2020 54,111 4`T PICTURFS\218744 SURPLUS/BLOWN OUT MOT0 9KY I NSIDE VEHICLE 07 80276 18618010 140092540 BLUEBIRD BUS ELD ERLY SERVICE Pas CBROWN NO 6/12/2020 N/A .E PICIURF4 305 ELDERLY SPRY ES SURPLUS/PARKED ON PW/JUNK/UNABLE TO RE AD ODO METER VEHICLE 4B BLACK 118400155080522207 233350 FORD 2008 GPEDRION POUCE 6.80 500E NO 6/15/2020 196, 557 ^FT 910104151433450 SURPLUS/P ARKED ON PW/KY INSIDE VEHICLE 49 22830 08 3044300613429914 223452 DODGE 2006 CHARGER POLICE 0.80540E NO 6/15/2020 123,605 EETPIRURES 223492 SURPLUS/P ARKED ON PW/KY'NUDE VEHICLE 50 9904 30700262140572171 211267 DODGE 1999 RAIN 2500 PUBUC WORKS KLEONARD NO 6/15/2020 N/A EFT 9 010413122126 SURPLUS/P ARKED ON PW/UNABLE TO RE AD 90 KY VEHICLE 51 22824 215446 DODG E CHARGER P0 0CE 1. 50540E UNCERTAIN 6/15/2020 N/A EFT 9K RI5153211446--------- UNABLE TO SEE VIN N/PINK CANCER AWARNFSS---------------�-- 4/14/101£ 52 SILVER CHRYSLER JEEP GRAND CHEROKEE ROUGE 0.BO5QUE UNCERTAIN 6/15/2020 37,873 ITTMCTURESUEEP NOT.. __- REPOSSESSED/PARKE D BEHIND PW VEHICLE 53 SENIORS 110004500 56420776 141073 FORD 2005 0-45004N PA 6 11. 11305150 54 N0 7/23/2020 119635 EFTPICTURB1141473 SURPL US/P ARKED ON PW/JUNK _ VEHICLE 54 T3.4 3535404/05 SCO OTER PO UCE 0.905QUE UNCERTAIN 8/5/2020 N /A 1149 214105\!1 5 MOTIO N PARKED ONSHOP/PW VEHICLE 55 802]6 1BAG8CP4 YW92544 BLUEBIRD BUS ELDERLY SERVICE PIR CBROWN NO 6/120020 9/4 . 1E4 %019515\865 ELOERLYSERVIC6 SURPL US/PARKED ON PW/JUNO/UNAOLE TO RE AD ODOMETER - VEHICLE 56 N53 METER DRUM S PUBU C W ORTS KLEO NA RD NO 11/5/1020 N/A 1,,16CC1n\fl551\SURPLUS PICTUBERMEELOWda. SURPLUS MISCELANE0U5 57 ORANGE 0HAUL TRAILER PUBLIC WORKS K LEO NA RD NO 11/5/2020 N/0141addM\RM\SURPLSPKTURBWHAULTMILEA SURPL US E QUIPMENT 58 TRAILER BON FEN CED PUBU C WORKS K LEONARD NO 11/5/2020 N/A,913dtlIn\fleet\0URPLLLSPIC W0ESTRA1EA _ __.. SURPLUS „_ . . EQUIPMENT 59 YELLOW TR AILER PUBLIC WORK 01406200 NO 11/5/2020 N/4\1o0244094 3WRPUlS PICTUIIB\TIWARYELLOW --- SURPLUS EQUIPMENT �,. 14211304117113101602 11 111311131W141. 03105 990 No 13/5/2020 40 .. .PLUS PICTURES\ TR3IEILWR XT0 01B08 SURPLUS _ _ EQUIPMENT Page Io n 61 62 YELLO W 63 64 65 66 67 68 69 70 )1 21125 )2 )3 74 )5 )6 77 )2 29 80 81 9101 1FALP)1W5V.54545 WHITE 14851)4 1FAHP21V 38035803 205683 TRAILER WRHTOOLB OY PUBUCWORKS KLEO NARD YES TRAILER WOOD PIATFORA PUBLIC WORKS K.IEO NARD NO MISCELL ANEOUS PUBLIC W ORKS ILI EONARD NO 129158 FORD 199) CROWN VICTORI A RED PUB LIC WORKS 5.1.FOHARD NO TERTRON EEGO E302 GOLF CART PUBUC W ORKS KLE ONARD NO KF5532 FORD 1008 CROWN VI CTORI A P OLICE LVIELMAN YES POLICE UNIT CAGE POLICE 0.BOS QUE NO DAYTON EWY4) PROFESSIONAL -DU PUBLIC WORKS KLE ONARD NO OIL DRU M PUBLIC W ORKS KLEONARD NO 212200 RED BRIGG S B STRATTON SARLO HIGH WHEEL MOW PUBLIC WORKS K .LEONARD NO O RANG E MULTIQUIP 00100 HONDA 5 .5 PUBUCWORKS [LEO NARD NO 3035 RED GR AVELY 911)91 PRO -24 GR ASS AN PUBLIC W ORKS KLEONARD NO 21492253 RED SNAPPER 1550550500 PUBLIC WORKS K.LEONARD 940 1303010421 BLUE PACIFIC HYDR 2013 FUEL TRAS H PUMP PUB UC W ORKS K.IE ONARD NO 5/1/2011 28000029 RED TORO )42912 M ASTER PUBUC WORKS KLEONARD NO 5/1/2021 _ YELLOW SUPER PUBLIC W ORKS 0100 5ARD NO 5/1/2021 1280062)50 RED HONDA 08586 03901101411A 130 PUBUC WORKS KIEONARD NO 5/1/2021 1220 041M K5U26C1013680 KH2743 CHEVROLET 2011 CAPRICE CLASSIC POUCE K.NORD UNCERTAIN 3/9/2020 0811 25ANP)10480335A3 785529 FORD 2008 CROWN VICTORIA POUCE 5 .20NAT NO 3/25/2020 1407 G5 1725OSER198B62 00)3)0 CHEV ROLET 2014 TAHOE R NO 5/5/2020 SILVER 1031/1435355642156 5925RK CNRYS005 2005 300 POLICE 3.305QUE YE5 0/15/2020 2/29/2220 N/A ET PICTURES S.205681 11/5/2020 N/A ,JHPLUS PICTURES\T RAILER 11/5/1020 N/A .IHPLUSPICTURES\MISCELL NEOUS 11/12/1010 102 )12 771 .PICTURES\129458 11/25/2020 5/0 :LEFT PICTURE$\E( GO 890I_ 3/5/2020 113,200 0 ,I300l n\fl eet\FLEET PICTURES\0F5532 11/25/2020 71/0 , 'Laladdll\Rest\SURPLUS PICTURES\CAGE 50 UNIT 12/10/2020 74/4 ,Ia0Li n\R eet\SURPLUS PICTURES\DAYTON GENERATOR 12/10/1010 N/A , 1aladdln\S ept\SURPLUS PICTURES\OIL O00MS 5/1/2021 N/A ,SURPLUS PICTURESARL0212200 5/1/2021 WA • `SURPLUS PICTURES\MVLTIQUIP 21125 5/1/2021 N/A ' SURPLUS PICTURES\GRAVELY 003035 5/1/2021 N/ A .',32551 US mr0RPSLSNA551811432 253 N/A '1URPLVSPIC1UR€S\PACIFIC HYpR OSTAR 14/5 /12RPLUS PICTURE ATOROZMASTER284)428 N/ A '._SURPLUS PICTURES \ SUPER 5/5 \SURPLUS PICTURESUIONOAGI43 72 172 FTPICTURESOUM1)43 106,506 -.5E951<Q/2E6\IG5528 63,561 117 PICTURESI8 OSSI0 1/9/21590 FLEENICTU5653591FR5 SURPL US SURPL US SURPLUS SURPLUS SURPLUS/PARKED ON 1 2.5WS/CR ASHED/TOTAL 105512.10.20/PW PARKING LOT SURPLUS/BACK OF PW/APPRWIIMATELY 16 E AOI SURPLUS/GENER ATOR/BACK OF PW/H ONDA 20.0 MOTOR G0620/V-TWIN SURPL US/ OIL DR UMS/APPROKIFMTELY 51 E ACH SURPLUS ROO M SURPL US ROOM SURPLUS ROOM SURPL US R00M/L US WILL FIR IT PMT PURCHASED SURPLUS ROOM SURPL US ROOM OUTSIDE SURPLUS ROO M NEAR TO BACK O UT DOOR 8.1).20 SGT BOSQUE T00K KE Y AND UNIT/ AS PER LUIS UNIT LS WORKING/BACKA SURPL US ENGI NE NOT 0006RNOCKINWODOMETER 112,681 AS0511920 SURPLUS5.2.11/ENGINE LOWER KNOCKING ACCORDING TO LUIS R. SURPLUS/REPOSSE SSED/PARKED BEHINO PW/TIDE AND ILLY (N UDE EQUIPMENT E QUIPMENT MLSCEWIE OUS VEHICLE VEHICLE HICLE MISCEWIEOUS EQUIPMENT MISCEWIEOUS LA WNMOWER OWER L AWNMOWER LAWNMOWER L AWNMOWER EQUIPMENT LAWN MOWER LAWNMOWER__ VEHICLE VEHICLE VEHICLE VEHICLE 1 Page 2072 City ofOpa-Locka, Florida AGREEMENT NO. PARTICIPATING ADDENDUM FOR SURPLUS AUCTION SERVICES AGREEMENT THIS AGREEMENT is made and entered into as of the 14 day of March 2018, to participate in and purchase services pursuant to the City of North Miami Contract with Bidera, LLC (Exhibit A), by and between the CITY OF OPA-LOCKA, a political subdivision of the State of Florida, having an address at 780 Fisherman Street, Opa-Locka, Florida 33054, hereinafter referred to as the "CITY", and BIDERA, LLC, Florida limited liability company registered and authorized to do business under the laws of the State of Florida, having its principal office at 4995 NW 72A ve 4995 SW 7nd Avenue, Suite 405, Miami Florida, 33166 hereinafter referred to as the "CONTRACTOR." RF,CITAI S WHEREAS, on September 14, 2015, the City of North Miami advertised a Request for Qualification on Surplus Auction Service Pre -Qualification RFQ No. 34-06-15 ("RFQ'), seeking competitive sealed qualifications from qualified licensed auctioneering firms to furnish all labor, machinery, supervision, expertise and services required to conduct public auctions of surplus items by the City including vehicles, office equipment, furniture and seized property, in accordance with the terms conditions and specifications contained in the RFQ; and WHEREAS, in response to the RFQ, Bidera LLC submitted its qualifications and was competitively selected by the City of North Miami administration as the highest ranked firm, with qualifications and references demonstrating to be the most advantageous to the City of North Miami in the provision of Services; and WHEREAS, the CITY desires to engage the CONTRACTOR for provision of work with respect to the Surplus Auction Services on an as needed basis, and related services, as specified herein, from a source(s) of supply that will give prompt and efficient service fully compliant to the terms and conditions of this Agreement; and WHEREAS, the CITY shall be afforded all of the rights, privileges and indemnifications afforded under the Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to the CITY under this Agreement including, without limitation, CONTRACTOR's obligation to provide insurance and certain indemnifications. NOW, THEREFORE, in consideration of the mutual covenants, terms, and provisions contained herein, the parties do hereby agree as follows: City of Opa-Locka, Florida Additional Terms and Conditions SECTION 1. NOTICE. 1.1 Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by certified United States mail, with return receipt requested, or by nationally recognized overnight delivery service, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. Notice may also be sent by electronic means (facsimile or email) provided such is followed by a hard copy of such notice provided in the manner set forth above. Notice is deemed given when received. For the present, CONTRACTOR and the CITY designate the following as the respective places for giving such notice: TO CITY: WITH COPIES TO: CONTRACTOR: Office of the City Manager City of Opa-Locka 780 Fisherman Street, 4th Floor Opa-Locka, Florida 33054 City Manager: Ed Brown Vincent T. Brown, Esq. City Attorney City of Opa-Locka 780 Fisherman Street, 4th Floor Opa-Locka, Florida 33054 Bidera LLC 4995 Northwest 72nd Avenue Suite 405 Miami, FL 33166 Phone: (305) 822-5000 SECTION 2. ENTIRE AGREEMENT AND MODIFICATION. 2.1 This instrument and its attachments constitute the sole and only agreement of the Parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its effective date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. The covenants, terms, and provisions of this Agreement may be modified only by way of a written instrument, mutually accepted by the parties hereto in writing. In the event of a 2 City of Opa-Locka, Flonda conflict between the covenants, terms, and/or provisions of this Agreement and any written Amendment(s) hereto, the provisions of the latest executed instrument shall take precedence. SECTION 3. FUND AVAILABILITY AND USE OF CONTRACTOR. 3.1 Services to be performed in accordance with this Agreement are subject to and contingent upon the annual appropriation of funds by the CITY. In its sole discretion, the CITY reserves the right to forego use of the CONTRACTOR for any project which may fall within the Pricing Options and Program Specific Terms and Conditions listed herein. 3.2 In the event the CITY is required to reduce contract costs due to budgetary constraints, all services specified in this document will be subject to a permanent or temporary reduction in budget. In such an event, the total cost for the affected service shall be reduced as required. The CONTRACTOR shall also be provided with a minimum 30 -day notice prior to any such reduction in budget. SECTION 4 . INDEMNIFICATION. 4.1 For other good and valuable consideration the receipt and adequacy of which is hereby acknowledged, CONTRACTOR agrees to indemnify, defend and hold harmless, the CITY, its officers, agents, and employees from, and against any and all claims, actions, liabilities, losses and expenses including, but not limited to, attorneys' fees for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or may be alleged to have risen from the negligent acts, errors, omissions or other wrongful conduct of CONTRACTOR, agents or other personnel entity acting under CONTRACTORS's control in connection with CONTRACTOR's performance of services under this Agreement and to that extent CONTRACTOR shall pay such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses including wrongful termination or allegations of discrimination or harassment, and shall pay all costs and attorneys' fees expended by the CITY in defense of such claims and losses including appeals. That the aforesaid hold -harmless agreement by CONTRACTOR shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the aforesaid operations of CONTRACTOR or any agent or employee of CONTRACTOR regardless of whether or not such insurance policies shall have been determined to be applicable to any of such damages or claims for damages. Statutes 768.28. SECTION 5. GOVERNING LAW AND EXCLUSIVE VENUE. 5.1 This Agreement will be governe1 by the laws of the State of Florida. Any claim, City ofOpa-Locka, Florida objection, or dispute arising out of the terms of this Agreement shall be brought in Miami -Dade County. SECTION. 6. ATTORNEYS' FEES. 6.1 In the event of litigation relating to the subject matter of this agreement, the prevailing party shall be entitled to receive from the other party its reasonable attorneys' fees and costs. SECTION. 7 FLORIDA PUBLIC RECORDS LAW. 7.1 Pursuant to Section 119.0701 of the Florida Statutes, CONTRACTOR shall: (a) Keep and maintain public records that ordinarily and necessarily would be required by a public agency in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that a public agency would provide the records, and at a cost that does not exceed the cost provided by law. (c) Ensure that public records that are exempt from public records disclosure requirements are not disclosed, except as authorized by law. (d) Meet all requirements for retaining public records, and transfer to the City, at no cost to the City, all public records created, received, maintained, and/or directly related to the performance of this Agreement that are in the possession of CONTRACTOR upon termination of this Agreement. All electronically stored records must be provided to the City in a format that is compatible with the information technology system of the City. (e) Upon termination of this Agreement and transfer of all public records to the City, CON TRACTOR shall destroy any duplicate public records that are exempt from public records disclosure requirements. 7.2 CONTRACTOR's failure to comply with the public records disclosure requirement set forth in Section 119.0701 of the Florida Statutes shall be a breach of this Agreement, and the City may, in its sole discretion, avail itself of the remedies set forth under this Agreement and available at law. SECTION 8. DEFAULT AND TERMINATION FOR NON PERFORMANCE. 8.1 A default shall consist of any use of funds for a purpose other than as authorized by this Agreement, noncompliance with any provision in Sections herein, or any material breach of the Agreement. Upon the occurrence of any such default, the City shall serve due notice to CONTRACTOR at which time CONTRACTOR shall have a reasonable opportunity to respond and cure. For purposes of this Agreement, a reasonable opportunity to respond and cure shall be ten (10) business days from receipt by CONTRACTOR of the City's written notice of such default (the "Cure Period"). If the default is not cured to the satisfaction of the City, the City shall have the right in its sole discretion to take the following actions: 4 City of Opa-Locka, Florida contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or company under a contract with any public entity and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two for a period of thirty- six (36) months following the date of being placed on the convicted vendor list. Additionally, pursuant to City's policy, a conviction of a public entity crime may cause the rejection of a bid offer or proposal. The City may make inquiries regarding alleged convictions of public entity crimes. The unreasonable failure of a bidder, offeror or proposer to promptly supply information in connection with an inquiry may be grounds for rejection of a bid offer, proposal or reply. Section 15. MAINTENANCE OF RECORDS. 15.1 CONTRACTOR shall maintain all records and accounts including property, personnel and financial records, contractual agreements, construction reports, Davis Bacon records, subcontracts, proof of required insurance and any other records related to or resulting from the activities performed under this Agreement to assure a proper accounting and monitoring of all funds. In the event the City determines that such records are not being adequately maintained by CONTRACTOR, the City may cancel this Agreement in accordance with Sections 10 and 11 herein. This Article shall survive the expiration or earlier termination of this Agreement. 15.2 With respect to all matters covered by this Agreement records will be made available for examination audit inspection or copying purposes at any time during normal business hours and as often as the City may require. CONTRACTOR will permit same to be examined and excerpts or transcriptions made or duplicated from such records and audits made of all contracts, invoices materials, records of personnel and of employment and other data relating to all matters covered by this Agreement. 15.3 The City's right of inspection and audit shall obtain likewise with reference to any audits made by any other agency whether local state or federal. CONTRACTOR shall retain all records and supporting documentation applicable to this Agreement for six (6) years after receipt of final payment from the City for inspection. If any litigation claim negotiation audit monitoring inspection or other action has been started before the expiration of the required record retention period records must be retained until completion of the action and resolution of all issues which arise from it or the end of the required period whichever is later. The retention period starts from the date of the execution of this Agreement. SECTION 16. EVALUATION. 16.1 CONTRACTOR agrees that the City shall be responsible for monitoring and evaluating all aspects of the services provided under this Agreement. The City shall have access to and be able to make copies and transcriptions of such records as may be necessary in the determination of the City to accomplish this obligation subject to state and federal confidentiality requirements. In order to properly monitor and evaluate CONTRACTOR'S performance under this Agreement the City shall make onsite inspections as often as it deems necessary. Further, CONTRACTOR shall submit an activity report with each reimbursement 6 City of Opa-Locka, Florida request which details the progress made to date toward the completion of the activities authorized under Exhibit "B". SECTION 17. NEGATION OF AGENT OR EMPLOYEE STATUS. 17.1 CONTRACTOR shall perform this Agreement as an independent agent and nothing contained herein shall in any way be construed to constitute CONTRACTOR or any assistant, representative, agent, employee, independent contractor, partner, affiliate, holding company, subsidiary or subagent of CONTRACTOR to be a representative, agent, subagent or employee of the City. CONTRACTOR certifies its understanding that the City is not required to withhold any federal income tax, social security tax, state and local tax to secure worker's compensation insurance or employer's liability insurance of any kind or to take any other action with respect to this insurance or taxes of CONTRACTOR. In no event shall any provision of this Agreement make the City or any political subdivision of the State of Florida liable to any person or entity that contracts with or provides goods or services to CON TRACTOR in connection with the services CONTRACTOR has agreed to perform hereunder or otherwise or for any debts or claims of any nature accruing to any person or entity against CONTRACTOR. There is no contractual relationship either express or implied between the City or any political subdivision of the State of Florida and any person or entity supplying any work, labor, services, goods or materials to CONTRACTOR as a result of the provisions of the services provided by CONTRACTOR hereunder or otherwise. SECTION 18. OWNERSHIP OF DOCUMENTS. 18.1 CONTRACTOR understands and agrees that any and all documents or material provided by City to CONTRACTOR or obtained or prepared by CONTRACTOR pursuant to or under the terms of the Agreement, are the property of City. CONTRACTOR agrees that it will not use any such documents or materials without obtaining the prior written consent of City, which consent is given in City's sole discretion. SECTION 19. CITY'S TERMINATION RIGHTS 19.1 The City shall have the right to terminate this Agreement, in its sole discretion at any time, with or without cause, upon ten (10) days written notice to Vendor. In such event, the City shall pay Vendor compensation for Services rendered prior to the effective date of termination. The City shall not be liable to Vendor for any additional compensation, or for any consequential or incidental damages. SIGNATURE PAGE TO FOLLOW 7 City of Opa-Locka, Florida IN WITNESS WHEREOF, the parties have caused this Independent Contractor/Professional Services Contract to be executed this 14 day of March 2017. WITNESSES: STATE OF FLORIDA ) ss COUNTY OF MIAMI-DADE CONTRACTOR • i BIDERA, LLC .herine @AOC( 40-1—;0 41,(Jr&t I HEREBY CERTIFY that the foregoing instrument was ackn wledged bef jme this 14 day of t.A a (eh , 201 Ma by tf rrlth\ O -1'2 (C Xc as of who ispersonally know to me or who produced as identification, and who did [did not] take an oath. Notary Public - State of Florida ti�NNNUtt1U�i Print Name: �Ca (W\Q a' 10 re S �°i�p pLORE.s 171/iy�i �p� •SS10NF„Yp�•• �� My Commission Expires: 0A' i`t 1a0 lq ? ; or��ti7, 20, 9F� ; - cJ • •ate s S :g o• .a_ O� * : 1e.noti: o 00 PUBLIG,S;4 light sMnOe -Y / / Date: \--7 /,`-' / f Sc, CITY OF OPA-LOCKA By: ;`Z-(C(1.c `n\ Ed Brown, ICity Manager Approved as to legal sufficiency: ATTEST: By: The Brown Law Group, LLC City Attorney 8 By: ZZ k % Joanna Flores City Clerk , �._t,�, ,1 (V4'2'4014611 °Extnxixi". Newall J. Daughtrey Acting City Manager July 23, 2018 Armando Perera 4995 NW 72ND Avenue, Suite 405 Miami, FL 33166 Dear Mr. Perera: Telephone: (305) 953-2821 Email: ndaughtrey@opalockafl.gov Pursuant to our agreement BIDERA LLC, has our authorization for the sale of surplus vehicles and equipment. The City of Opa-locka therefore authorizes BIDERA LLC., to execute "AS IS" sales transaction on behalf of the City of Opa-locka for surplus vehicle and equipment. If you have any questions please do not hesitate to contact me. Sincerely, Newall J. Daughtfey Acting City Manager CITY OF OPA-LOCKA AGREEMENT FOR SURPLUS AUCTION SERVICES (Piggyback of City of North Miami Competitive Award with Bidera, LLC) This Agreement is made this day of , 2021, between the City of Opa-Locka, a municipal corporation organized and existing under the laws of the State of Florida and whose address is 780 Fisherman Street, Opa-Locka, Florida 33054 (the "City"), and Bidera, LLC whose address is 8950 NW 8th Avenue, 302. Miami, FL 33138 (the "Contractor"). WITNESSETH WHEREAS, the City of Opa-Locka ("City") seeks to auction some Police and Public Works property owned vehicles, and outdated equipment that are beyond repair and use the revenues of the auction for other priorities and needs; and WHEREAS, the Contractor desires to enter into this Agreement with City to provide Surplus Auction Services; and WHEREAS, the City of North Miami has considered a bid submitted by Bidera, LLC ("Contractor") in response to its Request for Proposals #23-18-19; and WHEREAS, the City of North Miami entered into a Contract with the Contractor for Surplus Auction Services (Contract and Renewals attached hereto as Composite Exhibit "A"); and WHEREAS, the contract was negotiated for an initial term of three (3) years, and following the initial term, the City shall have two (2) options to renew the agreement for additional periods of one (1) year, under the same terms and conditions. The original term started on April 15, 2019, and shall end on April 14, 2022; and WHEREAS, the Contractor agrees to provide Surplus Auction services to the City of Opa-Locka at no cost to the City ($0.00) instead will charge the purchaser of the auctioned property 10% of the winning bid price; and WHEREAS, the parties desire to incorporate the terms and conditions of the solicitation and contractual arrangement between the City of North Miami and Contractor as set forth in Request for Proposals #23-18-19 for the provision of surplus Auction Services; and WHEREAS, the City Code provides authority for the City to select and contract through the use of the competitive bid process of another government entity as an exception to the otherwise required formal bidding process. NOW THEREFORE, in consideration of the mutual covenants set forth in this Agreement, the receipt and sufficiency of which is acknowledged, the parties agree as follows: Section 1. Term. The term of this Agreement commences upon fully execution of this agreement and continues through April 14, 2022. Section 2. Contract Terms. The Contractor agrees to provide the City with Surplus Auction Services in accordance with the City's requirements as set forth herein and the Standard Contract between the City of North Miami and Contractor executed by the parties on April 9, 2019; attached hereto and incorporated herein as Exhibit "A". The exhibits are incorporated into this Agreement for all purposes and are collectively referred to as the "Contract Documents" and represent the entire agreement between the parties. In the event of conflict between or among the Contract Documents, the order of priority shall be: this Agreement, the North Miami Agreement and Contractor Agreement and the Contractor's accepted proposal. Section 3. Scope of Work The following provisions are included: A City shall pay Contractor no more than the unit prices set forth in the Contract Documents and in accordance with the provisions of the Contract Documents for Surplus Auction Surplus. If the City requires services not covered by unit prices already made a part of the Contract Documents, the Contractor shall submit a detailed written proposal to the authorized City representative before providing any such services. For these purposes, the City Manager shall be the City Representative. B. If permits are required, Contractor shall submit complete and accurate permit applications to all applicable permitting agencies within ten workdays of receiving from the City all documents necessary to file such permit applications. The City shall pay all permit and related fees directly to the permitting agencies, including any permit fees charged by the City. C. The City of Opa-Locka shall be substituted for the City of North Miami with regard to any and all provisions of the City of North Miami Agreement applicable hereto, the RPQ/RFP, and the Contractor's bid, including by example and not limitation, with regard to bond requirements, insurance, indemnification, licensing, termination, default and ownership of documents. All recitals, representations, and warranties of Contractor made in those documents are restated as if set forth fully herein,made for the benefit of the City, and incorporated herein. D. Contractor shall not commence work on the Project unless and until the requirements for insurance have been fully met by Contractor and appropriate evidence thereof, in the City's sole discretion, has been provided to and approved by the City. Section 4. Assignment. Neither party may assign its rights or obligations under this Agreement without the consent of the other. Section 5. Notice. Notice hereunder shall be provided in writing by certified mail, return receipt requested, or customarily used overnight transmission with proof of delivery, to the following parties, with mandatory copies, as provided below: For City: John E. Pate, City Manager City of Opa-Locka 780 Fisherman Street Opa-Locka, Florida, Florida 33054 Copy lo: Burnadette Norris -Weeks, Esq. City Attorney Burnadette Norris -Weeks, P.A. 401 NW 7"' Avenue Fort Lauderdale, Florida 33311 For Contractor: Armando Perera, Manager 8950 NE 8 Avenue 302 Miami, FL 33138 Section 6. Severability. This Agreement sets forth the entire agreement between Contractor and City with respect to the subject matter of this Agreement. This Agreement supersedes all prior and contemporaneous negotiations, understandings and agreements, written or oral, between the parties. This Agreement may not be modified except by the parties' mutual agreement set forth in writing and signed by the parties. Section 7. E -Verify. In accordance with Florida Statutes §448.095, the Contractor prior to commencement of services or payment by the City, will provide to the City proof of participation/enrollment in the E -Verify system of the Department of Homeland Security. Evidence of participation/enrollment will be a printout of the Company's "Company Profile" page from the E -verify system. Failure to be continually enrolled and participating in the E -Verify program will be a breach of contract which will be grounds for immediate termination of the contract by the City. The Contractor will not hire any employee who has not been vetted through E -Verify. The Contractor may not subcontract any work for the City to any subcontractor that has not provided an affidavit stating that the subcontractor does not employ, contract with or subcontract with an unauthorized alien. IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this Agreement upon the terms and conditions above stated on the day and year first above written. CITY: City of Opa-Locka Date: By: John E. Pate, City Manager APPROVED AS TO FORM AND LEGAL SUFFICIENCYFOR THE USE OF AND RELIANCE BY THE CITY OF OPA-LOCKA ONLY: By: City Attorney Burnadette Norris -Weeks, P.A. By: Joanna Flores, City Clerk CONTRACTOR: Bidera, LLC By: Witness: PRINT NAME Date: TITLE Date: