Loading...
HomeMy Public PortalAboutResolution No. 23-006 - Resolution authorizing piggyback for surplus auction servicesSponsored by: Interim City Manager RESOLUTION NO. 23-006 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 inspected fleet inventory and unused equipment for the City of Opa-Locka's Police and Public Works Departments and has compiled a list identifying City -owned vehicles and outdated equipment beyond economical repair (See Attached Exhibit "A"); and WHEREAS, on January 17, 2019, the City of North Miami ("North Miami") advertised Request for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, Bidera, LLC. ("Bidera" or "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 ends on April 14, 2022. On March 1, 2022, North Miami renewed its Agreement with Bidera for an additional one year period; and WHEREAS, the City Manager is recommending that the City Commission authorize the execution of an Agreement with Bidera, LLC. ("Bidera" or "Contractor") as a piggyback to dispose certain vehicles, old unused equipment and miscellaneous scrap metal identified on Exhibit "A" as City of Opa-Locka Surplus Property for Fiscal Year 2022; and WHEREAS, Contractor agrees to provide auction services at no cost to the City. Contractor further agrees to provide a detailed sales report and return certain monies to the City of Opa-Locka; and 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 Resolution No. 23-006 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 of this Resolution may be authorized by the Interim City Manager, following review by the City Attorney, without need of 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 11th day of January, 023. ATTEST: a Flores, City Clerk John Tai lor, yor 2 Resolution No. 23-006 APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burn.. e Norri Weeks, P.A. Moved by: Commissioner Kelley Seconded by: Commissioner Bass VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES 3 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: di) ______ -----_—_., Other City Manager: Darvin Williams CM Signature: Dol...4.01.....A........&. Ordinance Commission Meeting Date: 01/11/2023 Item Type: (EnterX in box) Resolution X Fiscal Impact: (EnterXin box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (EnterXin box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept.) Ex: See Financial Impact Section Advertising Requirement: (EnterXin box) Yes No X Contract/P.O. Required: (EnterXin box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterXin box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: MI 0 0 • Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X MI Sponsor Name City Manager Department: p 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 2022. The list includes sixteen vehicles averaging thirteen years old and twelve other miscellaneous pieces of equipment. 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. Financial Impact: As indicated, there is no cost to the City. However, due to the age and condition of these vehicles and equipment, it isn't anticipated that this auction will provide significant revenue to the City Proposed Action: Staff recommends the City Commission approve the list of vehicles and equipment to be auctioned as being declared to be surplus and authorize the Interim City Manager to sign an agreement with Bidera Government Auction Services to provide auction services. 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. 7. Approved renewal memo. DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D CITY OF NORTH MIAMI SURPLUS AUCTION SERVICES AGREEMENT (RFP #23-18-19; Surplus Auction Services) TI,16 'hUS 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`1' 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 111 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 Docutnents"): 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. two 1119-178 (JLW) Page 1 of 8 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D 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 1119-178 (JLW) Page 2 of 8 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 terns 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 1119-178 (JLW) Page 3 of 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 1 l - 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 nununurn 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 1119-178 (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 1 19. 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 1 19, 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: For the City: Bidera LLC Attn: Arnando Perera 4995 Northwest 72nd Avenue Suite 405 Miami, FL 33166 City of North Miami Attn: City Manager 776 N.E.125"' Street North Miami, Florida 33161 1WOttI9-175(.ILW) Page5of8 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D With copy to: City of North Miami Attn: City Attorney 776 N.E.125`'' 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 terns and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. I WO /119-178 (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 //I9-178 (JLW) Page 7 of 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" Witnessed By: Witness Name: t—DocuSignned by: L441..4.144. c.tuueae,cd(L4U} .. Ismelba Ramirez DocuSigned by: 1 vwra to d b ptXt,ra By GCGO:f2C—i9Fe48C_. Print Name: Armando Perera 4/9/2019 4/9/2019 Witness Date: Date: ATTEST: City of North Miami, a Florida municipal corporation: "City" By: ,—DocuSigned by: —DocuSigned by: thuium- `—'2K/f0;17114X.: Etienne By: Lori M.. 5pvi & 1 `-'Lar84ry9 'Z pring, Jr. City Clerk City Manager APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: /—DocuSigned by: �. t ---Irgi'V.1114.91cazeau City Attorney IWO 1119-178 (JLW) Page 8 of8 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D ORIGINAL MIAMI L❑ 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: City, State, Zip Code: Contact Person: Title: Email Address: Telephone Number: Fax Number: 4995 NW 72" Avenue, Suite 405 Miami, FL 33166 Armando Perera President ap@bidera.com (305)345-7490 / (305)822-5000 ext. 2 (305)822-5007 BIDERA LLC 4995 NW 12 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 Page 1 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D MIAMI F L O R I O 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 Page 2 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D 130 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 Sung 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305.872-5007 W WW.RIUE {4A.CUM Page 3 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D C. Business Structure i)Utrirl I%t rll>, filre,)(1 < +nPl .1151410. art n[firrai Mare of florid(' lvrtrsi:e DIViSION of CORPORATIONS IJ_ 3linganl 41 = l4Le: 4n o -n[_ No Name History Detail by Entity Nai»e Florida Limited Liability Company 81DERA LLC Filing Information Document Number FEI/EIN Number Date Filed Effective Date State Status Laxt Event Event Date Filed Princapaj Address 4005 NW 72 Pere 406 Ivlaml, FL33106 Changed: 0113012014 Mailing Address 4V:16 NW 72 Are 405 hMami. FL 33106 1.13000090401 464100186 06124,2013 00/24/2013 FL ACTIVE R EI NS'TLW E iviENT 0011012015 Changed: 01/30/2014 Registered Agent Narne & Address PEREIRA. sARMAN00 060 NE$ Ave 302 MIAMI, FL33138 Name r,hanged• 09130/2015 Address Changed: 01/3012014 Authorized Personas;} Detail Name 8 P 1dress Trtle MDR PERERA. ARMAt1DO $950 NE 8 Ave 302 MIAMI. FL. 33136 Annual Reports Report Year 2016 2017 2018 Filed Dale 04126/'018 04/10/2017 03/141201$ Entity Flame Search !Search) BIDERA LLC 499S NW 72 AvE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 W WW,$IOERA.COM Page 4 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-897027CAF76D 2019 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT [I r�U1:11=' Il#LI:IJ�nI.'cJ.r ,I ,I Entity Name 1 ICIE` ` LL Current Principal Place of Business: 4995 NW 72 AVE 405 MIAMI, FL 331Iie Current Mailing Address: ,VA5 1'1 VV 72 AVE 4115 r/1I'\MI. FL 331136 US FEI Number: 46-3100185 Name and Address of Current Registered Agent: PEREPA, ARMANDO a950 NE.8 AVE 302 MLAMI,FL 33138 US FILED Feb 05, 2019 Secretary of State 8756252364CC Certificate of Status Desired: No Tte atx e hem -X, eribly 9.L'VnklS trlrs rrtater791R t,, the / rtV5e Or c-han3Irtj rt5 rerwter9.i crate ur re}715tEre0 iJ Wit. Or Mrr, IF1 the :i tale Or FkeVe :_ IGNATURE APMAI3G!:I='ERERH 02/0512010 EIP,. uorii Signature of Re i,tered Agent Authorized Person(s) Detail fltle PV1.:.F' Ivame ER RA. ARMANE 0 Address U 150 NE 8 AVE 302 0113 Stale. Zit. MIAMI FL 3313E Malt BIOERA LLC 4995 NW 72 AVE SURE 405 MIAMI, FI ORIDA 33166 T. 305-822-5000 F. 305-822-5007 WWW.RIDLRA,LQA1 Page 5 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D JONATHAN 2ACI IEM. SLCRETAP' STATE OF FLORIDA OEPAR TMENT OF BUSINESS AND PROFESSIONAL REGULATION FLORIDA BOARD OF AUCTIONEERS A0339? the AUCTION BUSINESS Named below IS LICENSED Under the provisions of Chapter 408 1-8 Expiration date NOV 30. 2019 LII DL- RA L.LC 4996 NW 72 AVE SUITE 406 MIAMI FL 33166 ISSIJEU 10,•. i,:7n' 7 1)i I t AY A 11,0E IIRFfa F1 1 AVV RICK SCOTT, GOVERNOR .IONAT r1AN .'A( STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION FLORIDA BOARD OF AUCTIONEERS AU3744 The AUCTIONEER Named below 1S LICENSED Under the provisions of Chapter 468 FS Expiration date NOV 30 2019 PERERA, ARMANDO 4995 NW 72 AVE SUI IE 405 MIAMI FL 33166 DI -;PLAY AS REUIJIREI) BY LAW BIOERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305.822-5007 WWW,131DERA.CON1 Page 6 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D 4995 NW 72"d Avenue, Suite 405 Miami, FL 33166 Email: ap(cr�,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. BIoFHA LLC 4995 NW 72 AvF SuirF 405 MIAMI, Fl ORIDA 33166 T. 305-822-5000 F. 305-822-5007 Pac'7of27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D Oua1i!Ica tl(lll Sl llenien1 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:l/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. HIOFRA 1.1 C 4995 NW 72 AvF SUITE 405 MIAMI, Fi onion 33166 T. 305-822-5000 F. 305-822-5007 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 BioERA LLC 4995 NW 72 Ave Sum 405 MIAMI, FLORIDA 331661.305.822-5000 F. 305.822-5007 WWW.BIDE RA.COM Page 9 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D I . 1 i ( • ; ; i 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 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 TLC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 331b5 T. 305-822-5(100 F. 305.822-5007 WWW.fill)E RA.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 Norlh 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 BrnrmA LI C 4995 NW 72 Ave SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-82.2-5007 .AWVd .1311JE RA.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 BIDFRA LIC 4995 NW 72 AVE Sunr. 405 MIAMI, FLORIDA 331561. 305-822-5000 F. 305-822-5007 i4iu I. NA.CC'T 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 Marofio Phone Number: (305)221-0411 I) \I 11 \ . ) l l f\ BAL HARBOUR VILLAGE Location. 655 -96th Street Bal Harbour, Fl 33154 Contact Name Mauricio 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 BIDFRA I.LC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305822-5000 F. 305-822-5007 Vi W W.IROF RA.COIV Page 13 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D VILLAGE OF PINECREST Location: 12645 Pinecrest Parkway Pinecrest, Florida 33156 Contact Name Ivan Osores Phone Number: (305)234-2109 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 Larisa Seda, Buyer Purchasing Agent Phone Number: (754) 321-0524 BR WARD BROWARD COUNTY Location: 1 North University Drive Suite 3100A, Box 309 Plantation, Fl 33324 Contact Name Yasmin Teja, Purchasing Agent II Phone Number: (954) 357-6066 BIDrRA LI-C 499S NW 72 Ave SuITF 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 Vs vV'�V. BIUE Rn.�.GIvI 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- CaII 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. NORTH MIAIU BEACH FORCE DEPARTMENT Pr sr,ncl' To ARMANDO PERERA AUCTIONS IN RECOGNITION FOR YOUR CUMPASHION AND GENEROUS SUPPORT ASSISTING THE JACK CHILDREN IN THEIR GREAT TIME 01 NEED APRIL 21 ,1 ! • Licensed Auctioneer / Licensed Business Auction. FL License # A U3744 • 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 BIDERA LLC 4995 NW 72 Ave SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 VvW W.NIUERA.CUN' 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 BIDERA LLC 4995 NW 72 AVF Sure 405 MIAMI, FLORIDA 33166 T. 305.822-5000 F. 305.822-5007 WNW . BI OF ItA.UUM 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 .Laird Methodology. a. Suitability of the methodologies and approaches used in achieving 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 LC 4995 NW 72 Avs Surf 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822.5007 wvvw,olotRA.COM Page 17 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D h Overall organization to providing the requested service, 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. 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. BIDFRA LLC 4995 NW 72 AVF SuITF 405 MIAMI, FLORIDA 331661. 305-822-5000 F. 305-822-5007 Page 18 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D i\ ( 1 ' I '• I I I 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.orq and www.craigslist.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. 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-ls, 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 Sum 405 MIAMI, FI ORIDA 331661. 305-822-5000 F. 305-822-5001 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 pick up. 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. BioFRA LLC 4995 NW 72 AVF SUITE 405 MIAMI, FI ORIDA 33166 T. 305-822-5000 F. 305-822-5007 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 Pr"o osad 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. BIOERA LLC 4995 NW 72 AvE Surf 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 WWW..RIDEfA.L M, Page 21 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D H. References. "MIAMI F L OR 10 A 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 Z1p.33144 Contact Person: Carlos Limon Phono: (786)275-0600 E -Mail: climon@dadeschools.net Typo 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: lvelsa Guzman Phone (954)480-4486! (954)299-5255 E -Mail: iguzman@deerfieid-beach.com Typo of Job Performed & CowAuction Services, Prime Contractor Invoiced value of surplus $700.000,00 Nome:me: y Contact: Procurement of Miramar Procurement Manager Address: 2200 Civic Center Place City: Miramar Stato: 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 BIOERA I.LC 49% NW 77. AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305-822-5007 4MWW.NIDF RA.COM Page 22 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D il,ocatiion 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 Sheriffs Office Fire Department, • City of Coconut Creek, • City of West Miami, • City of Coral Gables, • Miami Springs Golf Course and Police • City of Hialeah. Department, Examples of past auction results are clearly posted on our website at http://bidera.hibid.com/auctions/past/ N/A J. Local Business Preference. BIDERA LLC 4995 NW 72 AVE SUITE 405 MIAMI, Fi ORIDA 33166 T. 305-822-5000 F. 305-822-5007 WWW.mui RA.wrv1 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 Not designed to advertise outside of its online platform. 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. The City does all the work to produce an auction, adding operating costs for the City. 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. 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. 1.. 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, Fi ORIDA 33166 T. 305-822-5000 F. 305-822-5007 vwv'. RID€ ItA.LUM Page 24 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D M. Insurance Requirements. Al -C >KI )N CERTIFICATE OF LIABILITY INSURANCE THIS : ERTIFICATE 15 ISSUED AS A MATTER t:f 14FORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NE 3ATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE CONTRACT BETWEEN THE ISSUING INSURERISI. AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER IMPORTANT: If the certificate holder is an ADDITIONAL INSURED the policyfies) must haveAb01TIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED. subject to the terms and conditions of the policy, certain pohaes may require an endorsement A statement an this certificate does not confer nghts to the certificate holder in heu of such endorsemends) PPOLi'-: EP ;OftUn tnSurante n. :.e INIUPEO S von _LC �. . _ Ave Mam COVERAGES :EF;TIFICPTE NJI.1EE1 CANEEC NAVE' PHO!.E J',I:1'h +•7h oe :{rain 1 PA: A YGI. E'MGIE1S ;;:i?}•SisCsniC31L3ytorfunnE:.7nce0:r'? MSUPEPI)1 AFPGPL'nv) CC-,EP.:1 VISUPEPL `-'Ic le ILI !UP EP G an:e NIUF _3t1ryi•.E SUPER 0 JRE REVISION NUMBER. 'rI _- -V ..xT'-- - - -. _ °_ °.- . .. _r= . .. _ -E ,: --: U= -E_.3FI-'T~-"--l'_• "-_ ._ • _ .___ _•. -._ .. - LTA 1 : .= :I,:.. -••.CL 14:'- N'iJ °.:•.,L .VV_Ee VV:� i MM::', LAM^. X CCVMEFCIALTENEP.AL L.AE_fr• i1_ : _ : ... ^V.Ia.-E T: Fee. —EC , :. t•- _ ' ,c=_ : =00 .:.E.-1..- . : r E_. e t :.2J: 000 e-^ .e:T ❑..: -°__.. .. -:�•._. 1 _ .4_._. -Ea 1 A-TC MCEU.e L.seu-• '- -_ '.—_ 1 • nil:: i:, E :,..2... :.. X .1: 0.__. :-..,4:.---..-_-':',..-..: _ _ : - E - .t • UN6P.E.LU LIAS _ 3.--.^ _ E.CES3...E - -- CE] 1 .E -E..." : 1 1 'NCRI'EPI CCMPENtxf1CN ANC EMP_C•,E=1' Li:BILT' : " • - �w-� -. ki- r --N Var•ustcry In NH I —J a. _ _• _ • - .. ..'EE . - =ea :-7.0:a14c••:r i ._ .[CIE -ue'rreeo E—.rs_ O'Cns Fc ..:-.=_i .__ ":.._J: _ ,, :_ : : _: . :F r<. ._ _.,_ +' '1 11 c':: _0: OErCPIPTICN OF GPi.P.AT.-0NI :C: c-ic•NI .E••ICLEL -ACC:_ 0. 4OCIOnal Pemare: se., ;A. es*, be 3CxMe 1 wee [WOO I1'KJIT1l CERTIFICA'TE HOLDER C t'f o 'loft 7.1 ar^ `:E °•n: aee, li- i0 V 3?1 :: ANCELLATIC'N SHOULD A14Y' OF THE 180'. E DESCRIBED POUC.1E; 8E C-1ICELLED EEFORE THE EXPIRLTI011 D.TE THEREOF !IC."( ICE WILL BE CELT'+EKED 10 .CCOROLNOE WITH THE POLICv PROVISIONS q.TNCP126C PEPREIEUTAT../E ,.1988.20ISACORD CORPORATION Al rights reserved ACORD 25 x2016031 The ACORD name and logo are registered marks of AC CiRD BIDF.RA RC 4995 NW 72 AVE SUITE 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305.822-5007 W'WW.9'DI: RA.COM Page 25 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-897027CAF76D JIh11v1'Y PATRONIS 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 he exempt from Florida Workers' Compensation law. EFFECTIVE DATE: 3r 17,2018 EXPIRATION DATE: :3.1i,2020 PERSON. PERERA FEIN: 4x.3100'85 BUSINESS NAME AND ADDRESS: 61DERA LLC 4945 NW 72 AVE SUITE 1iir.• MIAMI FL SCOPE OF BUSINESS OR TRADE: ;:nom_ :�.•cI It ARMANDO - - . ' • r•- t cent tide efecrcr uncle' • .:•tlf.? efec:ion In I:.e _ 'f; :iLB'Ir.C(.0 11 -E terll'.r a;e 1 CERTI=r - F -'N T':'SE cxl_'.I-'T =F BIDFRA I.I.0 4995 NW 72 Avr SUITr 405 MIAMI, FLORIDA 33166 T. 305-822-5000 F. 305.822-5007 W'WW.111UF RA.LUM Page 26 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D N. RFP C,o➢"rns. BIoEHA LLC 4995 NW 72 AVE SUITE 405 MIAMI, RoRIOA 33166 T. 305-822-5000 F. 305-822-5007 WWW.RIUERA.COM Pape 27 of 27 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D FORM A-1 "MIAMI 0 R I D 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 Bode 405 MIAMI. FL 33166 and (if applicable) its Federal Employer Identification Number (FEIN) is 46'3100185 (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 tti 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 ernployees. 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 ail 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 ANI REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD.AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. [signature] i Sworn to and subscribed before me this._, ; - day of i,'- ,-'.2,".1 , 20 / Personally known / OR Produced identification f? ' 'L`-4' .‘—'4. Notary Public - State of ..7',";,0/,' ��7., ; , .,--;,',ii:)? . /...7;. . . ,4 ,,�', • (Type of Identification) My commission expires (Printed typed or stamped Commissioned name of Notary Public) Ansbd That State of Florida 1/40. * My Comntlasion Expires 0411912020 Commission No. FF 983914 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D "MIiMI 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 R NAANN4, (7E+Zc RA (Authorized Officer), who being by me duly sworn, deposes and says. 1. That he/she is the f ���- + u� N of the corporation/partnership known and styles as duly formed under the laws of the State of r L , on n i= ? `t ,20i`_I_. is duly authorized to represent such corporation/partnership in the making of this Affidavit and certification. 2. That rPi7tfZA r"LC (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 , 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 r 1 4.) r`n t -L (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 1751 L.L (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 t r L),:- (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 ''MIAMI 6. That no officer of 1?) 1 a €-kA L1.c_. 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 of the bill opening. By: Its: -A h'1AN'DC: Authority Warranted SWORN TO and subscribed before me this Z. -:7r- day of -6��'-%'i 717, 20 Notary Public My Cfrmmission Expires: Anabel Diaz .44-;..s-4fi State of Florida )a My Commission Expires 04/19/2020 or Fe Commission No, FF 983914 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D 'MIAMI FORM "A-4" QUESTIONNAIRE INSTRUCTIONS PROJECT: /\, --i (-Tic �\; iZ� Ic r. s; ,r f' f� 1 I OWNER: CITY OF NORTH MIAMI BIDDER: '[3 i iDLRA Lt.( 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. 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 hest 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 purchasinqanorthmiamlflgov or via phone: (305) 895-9886. DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D 'MIAMI QUESTIONNAIRE Bidder's Name: Principal Office Address: 1911WRA 11 C 4995 NW 72 AVE SUITE 105 MIAMI. FL 3316'6 Official Representative: Individual Partnership (Circle One) Corporation If a Corporation, answer this: When Incorporated: 00/24;;0)13 ARMANDOPERERA 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 tag* ON Name and Address of Each Partner: Name Address 1. :''lh 2. 3. *Designate general partners in Limited Partnership 1. Number of years of relevant experience in operating similar business: L 2. Have any similar agreements held by Bidder for a similar project to the proposed project ever been canceled? Yes( ) No(/) 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: ti, / A\ 4. Has the Bidder or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? /p If yes, give date, court jurisdiction, action taken, and any other explanation 5. deemed necessary. N/A Person or persons.intecested in the proposal and Questionnaire Form '(have no 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: DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D • 1AM 1 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: /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 he 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 "MIAMI 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 FFFiRUARY 141h ,20 CONSULTANT: By -APMAnkalv 1')c- Its Sworn to and s •.cri d before me this /r day of r' Notary="ubilb My Commission Expires: . Anabel Diaz State of Florida ) My Commission Expires 0411912020 Commission No. FF 983914 ,20 / DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D ; IV IA\4I 4AMI611nXEff;Ii! . ZIA FORM A-5 ADDENDUM TO BID DOCUMENTS BID NUMBER: k,`-- BID OPENING DATE: ( �, I, 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 receipt of adde a pertaining to this contract' 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 Acknowledged by: Narne: Signature Date: 2- '5•2c:rej 31 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D ''MIAMI Form "A-7" 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 • ACOR>fl°' CERTIFICATE OF LIABILITY INSURANCE %.----' DATEthIMIOf]IYYVY) 02111/2019 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), PRODUCER Fortin Insurance. Inc 365 Palermo Avenue Coral Gables FL 33134-6607 NAME CT Judith Grave de peralta PHONE (305) 445-3535 FAX LAP No, EMI: (NC, No): LAP; ADOR Judith gravedeperalta@fortuninsurance corn INSURER(S)AFFORDING COVERAGE NAIC INSURER A Scottsdale '10672 INSURED Bides LLC 4995 NW 72 Ave.. #405 Miami FL 331015 INSURER B: MAPFRE Insurance Co. 34932 INSURER C United Slates Liability Ins. 25895 INSURER D INSURER E . INSURER F • COVERAGES CERTIFICATE NUMBER: 10i 19 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 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 AUDI INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MMJDDIYYYY) LIMITS A I_1IIx COMMERCIAL GENERA( LIABILITY X OCCUR CPS2780026 03105/2018 03/05/2019 EACH GCCLRRENCL• S •1,000.000 DAMAGE TO REM t0 PREMISES iSa occurrences 5 100,000 MED EXP (Any one Person? 5 5.000 PERSONAL &M V INJURY 5 1,000.000 GENT AGGREGATE POLICY OTHER L.MI r APPLIES PRO - 2,000,000 JECT PER LCG GENER.ALAGGREGAIE $ 2,000,000 PRODUCTS• COMP'OPAGG $ S 13 AUTOMOBILE X LIABILITY ANY AUTO OWNEU AU OS ONLY ^tuRED AUTOS ONLY X N/ sC1IEUULED AUTOS NON-OWNED AUTOS ONLY 52040700001320 07/20/2018 07/20/2019 COMBINED SINGLE UMIT IEa accident' $ 1,000,000 BODILY INJURY {Per versant 5 ROOKY INJURY (Poe arcndenii 5 PROPERTY DAMAGE 'Poi accident) S Underinsured motorist s 500,000 UMBRELLA LIAB EXCESS LIAR OCCUR CI.AIMS-MADE EACH OCCURRENCE 5 AGGREGATE S DED RETENTION 6 3 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY AN" PROPRIETOR,PARTNERiEXECUTIVE OFFICER MEMBER EXCLUDED? (Mandatory in NH) II yes. descnbe tinier DESCRIPTION OF OPERATIONS below YIN N f A PER OTH- S'ATLITE ER El EACH ACCIDENT 5 E.L. DISEASE - EA EMPLOYEE s E.L. DISEASE POLICY LIMIT $ C Real Estate Error & Omissions Auctioneers Error & Omissions REA1550758DISP1559320C 041112018 04111/2019 READ Ded 32,500 SP/ Ded 32.500 31 000,000 $1.000,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached tr more spare 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 (2016/03) CO 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD JIMMY PATRiONIE CHIEF FiNANICAL OFFICER STATE OF FLORIDA DEPART MENT 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 indlv;dual listed below has elected to be exempt from Honda Workers' Compensation taw EFFECTIVE DATE: 3;'? T2018 EXPIRATION DATE: 3,1(320 '20 PERSON: FEIN: PE- RERA BUSINESS NAM E AND ADDRESS: BIDERA LLO 4995 NW 72 AVE SUITE 405 MIAMI FL 3:_ SCOPE OF BUSINESS OR TRADE: Sale&.p Bans or Ile Ctc _Outside ARMANDiO ey!= ^_ - ;T • rs nt t _r 1 F = an of- =cer 3f a oarp .._.r •. who elects emotion from chapter by ftl ng - _ . un,er . 21 -_• _ mai t`. at re cove r irenef t,• f:' ti ensat'^n• under rh^ chapte r Pursuant to. C. hapte r C OE -p2 F._ =. . Certrfic2zi c - tree scope of rte I:•JSI- . Ss c••' 7r -71:5e hated or: the no: -:e of ct, 1 to ce er. emot Pu rsuant tL'• Chapter 440 .05t 7. - -• - - - - - - e,..enlit,t and ce tic3tes or ee:tscr. r_ .e F. -. mot .4-h30 be Stib•e:: c• rB:C:3t1G ' It 3t any time Stier tnt filing of the n otice tc - ..- - - - - _. E .lE perso n nan:=_d on the. notice or :er?if:c-__ no longer meets the requ.re-r-cer asCf this. Sect!on far scarce of a -er ticate The -_,: _ cerVficate 3t an y time ?:' fa:-t'e to per9:•n narned on the certificate to r-ett rye re'Y` uirements ..:DIS .s_ ca-, DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D DFS-F2-D*C.-252 CERTIFICATE OF ELECTION TO EE EXEMPT REVISED 03-13 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D "MIAMI 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: 3116/2020 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 ACORO® CERTIFICATE OF LIABILITY INSURANCE 441.....--- DATE (MMIDDfYYYY) 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 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 Ave. Coral Gables FL 33134-6617 CONTACT Judith Grave de peralta NAME: PHONE (305) 445-3535 FAX (A/C, No. Esti: (A/C, No): EMAIL Judith.gravedeperalta@fortuninsurance.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC 0 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 : INSURER F : 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 IANSDLSUBR WVD POLICY NUMBER POLICY EFF IMMI00lYYYY) POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CPS2965440 03/05/2019 03/05/2020 EACH OCCURRENCE S 1.000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES PREMISES (Ea occurrence) 100,000 MED EXP (Any one person) s 5,000 PERSONAL BADVINJURY 1,000,000 $ GEN'L AGGREGATE LIMIT APPLIES PRO- JECT PER LOC GENERAL AGGREGATE $ 2.000,000 PRODUCTS-COMPIOPAGG $ 2,000,000 B AUTOMOBILE — X — LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X X _ SCHEDULED AUTOS NON -OWNED AUTOS ONLY 5204070000820 07/20/2018 07/20/2019 COMBINED SINGLE LIMIT (Ea accidenit $, 1,000,000 BODILY INJURY (Per person) 3 BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) a Underinsured motorist $ 500,000 UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE S DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORJPARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y 1 N N 1 A PER STATUTE OTH- ER E.L. EACH ACCIDENT 3 E L. DISEASE - EA EMPLOYEE 3 E L. DISEASE - POLICY LIMIT $ C Real Estate Error & Omissions Auctioneers Error & Omissions REA1550758D/SP1559320C 04/11/2018 04/11/2019 REA/ Ded: S2,500 SP/ Ded: $2,500 51,000,000 S1,000.000 DESCRIPTION OF OPERATIONS / LOCATIONS/VEHICLES IACORD 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 ACORD 25 (2016(03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD YMIAMI F L O R I D A Purchasing Department To: Theresa Therilus, Esq., City Manager Via: Alberto Destrade, CPPO, Purchasing Director From: Heylicken Espinoza, CPPB, Purchasing Agent Date: March 1, 2022 RE: Recommendation for Renewal — RFP 23-18-19 — Surplus Auction Services For your review and signature, approving the first renewal of the City's contract with Bidera, LLC pursuant to Request for Proposals 23-18-19 — Surplus Auction Services for a one-year term effective from April 15, 2022 through April 14, 2023. BACKGROUND On January 17, 2019, the City advertised RFP 23-18-19 — Surplus Auction Services requesting bids from qualified and experienced vendors to provide the City with auction services in accordance with the terms and conditions of the RFP. As a result of this solicitation, Bidera, LLC was subsequently awarded a contract as the highest ranked respondent for an initial term of three (3) years with the City's option to renew for an additional two (2) years on a year -by -year basis. Since their award, Bidera has provided the City with above satisfactory services including maintaining a website with the City's auction information, photographing and cataloguing auction items, providing all legal advertisements for auctions in accordance with State Statute requirements, providing temporary storage for auction items and maintaining reports and records regarding auctions in compliance with local laws. Services are provided at no cost to the City due to a 10% Buyer's Premium which is charged to the highest bidder for each auction Given the above, staff is requesting approval to execute the first option to renew Bidera's contract for a one-year term. ATACHMENTS: Original Agreement 1.2 —Approved L Not Approved Theresa Therilus, Esq. City Manager 03 Date DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D CITY OF NORTH MIAMI SURPLUS AUCTION SERVICES AGREEMENT (RFI' 423-18-19: surplus Auction Services) "I'll ,g S ► 01 US AUCTION SERVICES AGREEMENT' ("Agreement") is enteral into on 4�1b Olg , between the City of North Miami. a Florida municipal corporation with a principal address of 776 NE 125'1' Street. North Miami, Horida (" ('itv"), and Bidcra, 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 -x05. 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". RECITAI.S WHEREAS, on January 17. 2019. the City of North Miami ("City") advertised Request /or Proposals #23-18-I9, Suri his Auction Service's ("REP"), 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 \VIIEREAS, the REP was administered in accordance with Chapter 7, Article III of the C'ite's Procurement Code; and WHEREAS, in response to the RFP. Vendor submitted its proposal for the provision of professional Auctionecring 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 Agrccntent. 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 #23-1.4-19, Surplus Auction Services, attached hereto by reference: 2.12 Vendor's response to the RFP ("Proposal"), attached hereto as "Exhibit A"; 2.I.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. I\\ i 1'1-175 (JLVd I'ae. I ors DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D .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 ('ity 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 Tenn of this Agreement shall be a period of three (3) years commencing on April 15, 2019, and ending on April 1-1, 2022. 3.2 Following the Initial "ferns, the ('ity shall have two (2) options to renew this ;\greernent for additional periods of one (1 ) year. under the same term; 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 a\ ailable 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 v ithin the prescribed lime trine, 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 highL 't 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 10 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 I\\U.,I`r-I,`I.IL\\•1 I'a':2 of5 DocuSign Envelope ID 2C32E102-A734-4AD1-8E15-897027CAF76D accordance \\ith that degree of care and skill ordinarily exercised by reputable members of its profe.,ion. 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 \vork shall he, 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 (\') the person executing this Agreement on behalf of Vendor is duly autliorired to execute same and fully bind Vendor as a Patty 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 hinds the subcontractor to all applicable terms and conditions ofthe Contract Documents. 5.4 Vendor warrants that any and all work. materials, services or equipment that may reasolibl\ 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. I 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 oftemiination. The City shall not he 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 alter receiving notice of default from the City. lithe 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 otter notice that such suns are due. The Vendor understands and agrees that termination of this Agreement under I\\t) id9-17$ rage 3 ufs 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 1). f 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 \vithout 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 Ser\ ices 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 nlay 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 \yaker 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 1 1 , 1 Prior to the execution of this Agreement, the Vendor shall submit certilicatefs) 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 oldie 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 an' subcontractor to begin work until after similar minimum insurance to cover subcontractor has been obtained and approved. 111 the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the tern 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 coy erage and extension is in effect. Vendor shall 1101 continue to perform the Services required by this Agreement unless all required insurance remains in full force and effect. 1 12 All insurance policies required from Vendor shall he written by a company with a Rest rating of 13+ or better and duly authorized and licensed to do business in the State of Florida and I\\ O ''19-178 1Jt_1\ I ci f DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D he 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 xvithout 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) pru\ ide the public with access to public records on the same terms and conditions as the City would at the cost pro\ ided by Chapter 1 19. 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 he 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 he 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 Aggrccment 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: For the City: Bidera LLC Attn: Armando Perera 4995 Northwest 72nd Avenue Suite 405 Miami, FL 33I66 City of North Miami Attn: City Manager 776 N.17.125" Street North Miami, Florida 33161 I\\ U ,t19-178 t.IL.\N') Pare 5 of 8 DocuSlgn Envelope ID. 2C32E102-A734-4AD1-8E15-B97027CAF76D With copy to: City ofNorth Miami Attn: City Attorney 776 N.IF.I25i1' Street North Miami, Florida 33161 1 ., 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 a 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 gilt of any kind contingent upon or in connection with, the award of this Agreement. 1 4.2 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. 00 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 he determined by a court of competent jurisdiction to be invalid, illcual or otherwise unenforceable under the laws ot'the State of Florida. such provision, paragraph. sentence, word or phrase shall he 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 terns and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its Lise. I\\ U 19-178 (.1t.\\ i rage fi or 8 DocuSign Envelope ID: 2C32E102-A734-4AD1-8E15-B97027CAF76D 15.4 This Agreement and Contract Documents constitute the sole and entire aureentcnt bet \A the Parties. No modification or amendments to this Aureeinlenl 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, reuulations, codes and ordinances, as they may be amended from time to time. 15.` 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. 15.1 1 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 Rill 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 w'ith 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. I\\(1 19-178 t.IL\\ I Palo 7 of DocuSign Envelope ID 2C32E102-A734-4AD1-8E15-B97027CAF76D IN WITNESS WHEREOF. the Parties have executed this Agreement by their respectkc proper officers duly authorized the day and year first written above. ATTEST: Ridera, LLC, a Florida Limited Liability Company: Corporate Secretary or Witness: "Vendor.' —DocuSigned by: Wimessed By: EDD8g8TC87C4DE— Ismelba Ramirez Wiliietis Name: Witness Date: ATTEST: DocuSigned by: [3v; Atith.ad, Q.'it..tn.ln.t, 4/9/2019 erX. Etienne City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Ei v: DocuSigned by: 9 P.(k- (,m,t,au. ie`t 'Cazeau City Attorney I\ \I, I9-I'til.1I.\,V , —DocuSigned by: QVD►1aln,j.b ()vim B: \—itc68552e50Fen8E Armando Perera Print Nanu:: Date:4/9/2019 City of North Miami. a Florida municipal corporation: "City' Bv: l—DocuSigned by: M.. SfYitAl, jr. \--1`Fity 7. pring. Jr. City Manager ERA GOVERNMENT AUCTION SERVICES 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 ERA nil Online, B uw,3rd Sheriff's.. Office Surplus Vehicle Auction ends 2-16-2021 a•i,;Iine, City of Hialeah Surplus Auction ends 2-23-2021 Online, Multi City Surplus Auction ends 3-9-2021 Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com 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 Sheriff's 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 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 CITY OF HIALEAH Contact: Anibal Rioseco Title: Fleet Division Director Work: (305) 769-7729 Work Fax: (305) 687-2666 Email: arioseco@hialeahfl.gov CITY OF KEY BISCAYNE Contact: Steven Capone Title: Lieutenant Work: (305) 365-5555 Email: sbcapone©vahoo.com CITY OF HIALEAH GARDENS Contact: Manny Carrera Title: Police Emergency Management Coordinator Work: (305) 558-3333 Email: mcarreraOcitvofhialeahgardens.com CITY OF OPA LOCKA Contact: Rose McKay Title: Procurement Director Work: (786) 385-3853 Email: rmckay_@_Qpalockafl.gov CITY OF SWEETWATER Contact: Jennifer Marono Title: Fleet Manager Work: (305) -967-1509 Email: jennifer@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 ERA village PINECREST F=L_OPt I OP., TOWN OF MEDLEY Contact: Janette Said Title: Chief of Police Work: (305) 887-9541 Email: isaid@medlevpd.com NORTH BAY VILLAGE Contact: Manuel Casals Title: Interim Finance Director Work: (305) 758-7272 ext 33 Email: mcasals@nbvillage.com CITY OF MIAMI SPRINGS Contact: Tom Nash Title: Public work Director Work: (786)-229-9719 Email: nasht@mlamisprings-fl.gov CITY OF CORAL GABLES Contact: Steven Riley Title: Automotive Director Work: (305) 460-5144 Email: srilev@coraloables.com MIAMI SHORES VILLAGE Contact: Lieutenant David McLeod Title: Lieutenant Work: (786)251-7068 Email: david.mcleod mspd.org VILLAGE OF PINECREST Contact: Ivan Osores Title: Sergeant Work: (305)234-2109 Email: Iosores@pinecrest-fl.gov VILLAGE OF VIRGINIA GARDENS Contact: Chris Fonseca Title: Lieutenant Work: (305)871-3141 Email: cfonseca@vg�d.com Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com ERA BR WARD FLORIDA PFAUTY AND PROGRESS EST MS DEERFIELD BEACH /CAI. HARBOUR, 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@citvofdoral.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.orq BAL HARBOUR VILLAGE Contact: Mauricio Escarra Title: Bal Harbour Police Commander Work: (305) 632-8860 Email: mescarra@balharbourfl.gov CITY OF HOLLYWOOD Contact: Paul Bassar Title: Procurement Director Work: (954) 921-3223 Email: pbassar@hollvwoodfl.gov 4115.. ,�s 01 ==-' off SURFSIDEZII si 1okmlrf Ir Hialeah Housing Authority YMIAMI F L O R I D A TOWN OF SURFSIDE Contact: Elinor Joseph Title: Sergeant Work: (305)861-4862 Email: eloseph(altownofsurfsidefl.gov VILLAGE OF BISCAYNE PARK Contact: Nick Wolischlager Title: Chief of Police Work: (305) 893-7490 Email: nwollschlager@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@hialeahhousinq.orq CITY OF NORTH MIAMI Contact: Alberto Destrade Title: Interim Purchasing Manager Work: (305) 895-9886 Email: adestrade@northmiamif.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 Canada Consulate General Consulat general CITY OF Cooper City Samepfare SVeoal CANADA CONSULATE GENERAL Contact: Narciso Gomez Title: Administrator Assistant Work: (305) 331-4491 Email: narciso.gomez@international.gc,ca CITY MARGATE Contact: Spencer L. Shambray , CPPB Title: Purchasing Manager Work: (954) 935-5341 Email: sshambray@margatefl.com MONROE COUNTY Contact: Roy Sanchez Title: Director Monroe County Fleet Management Work: (305)292-3572 Email: Sanchez-Rov(emonroecounty-fl.aov CITY OF COOPER CITY Contact: Kerri Anne Fisher Title: Purchasing Agent Work: (954)434-4300 x #262 Email: kfisher@coopercitvfl.orq ERA CITY OF NORTH MIAMI BEACH Contact: Pedro Dominguez Title: Fleet Director Work: (305) 775-4027 Email: pedro.dominguez@citynmb.com CITY OF PEMBROKE PINES Contact: Mark Gomes Title: Procurement Division Work: (954) 736-7592 Email: mgomes@ppines.com TOWN OF DAVIE Contact: Brian Oconnor Title: Procurement Manager Work: (954)797-1016 / (305)338-4800 Email: brian oconnor@davie-fLoov 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 El Sill ER RCA Cl,Sieet, Co-ammoo ' STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION FLORIA f3 i= f:Jt 'J dMIEEI HAIRY kdhltrini, SocrtUrro dbr TRH AtJCTIO '_ , , '4 'ail UNDER E FROVISC *� , I a E J TUTE S Kin EXPIRATION DATE, ROVEldIBER 10, 2021 dri.:v,rsrf1. verify licenses oARtre J FS4,rH',tt',cera *.ce 113o, rrat 16cr thas. clexi st+itt in arty turn, This our (1cenw, It It Lani4 'h:it tor Anyone ottser tt1,tm the flccrr«to to t e tills STATE OF R O OA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATJoN ,fie M,�e v'n+ne P. PtORIDA1 1Pjj oNEERS LVS 1114 ist�,.r7f,8)14F t n'Asstlx. to, Fi 414, ..T-. ► qt DYIRATION t YEMSERX4,2* h*very sv .a .rW oe+r t«ry dbOr eme i t#,' dcnr:+rri la iht IiWYrEirrh SCr IEVY901140341triir3141. KtrtOes IA P.'drtkiVarnes4. Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com ACORD ERA CERTIFICATE OF LIABILITY INSURANCE DATE IMMIDDIYYYY) 08.1542010 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 CON STITUTE A CONTRACT BETWEEN THE ISSUING IN SURER(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 policy, 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 Farlun Irsurano5-, Inc 385 Palermo Ave. Ccrel Gables FL 33134-5817 CONTACT Judith Greve de perslie tuAUE: PHONE (305) 445-3535 tax fAIC No. Est (305) tan: SliNa. Jud'Ah.gravedeperalta@rorturinsurance.com ADDRESS: INSURERS) AFFORCING COVERAGE NAIL % INSURER A: Scottsdale 10672 INSURED Eiders LLC 4995 NW 72 Ave. 4405 hliami FL 33156 iuuussR 5 : Infinity Commercial Auto 34932 INSURER C: United States Liability Ins 25895 INSURER D: INSURER E : INSURER F: COVERAGES CERTIFICATE NUMBER: 1Q:20 Master REVISION NUMBER: TH.5: S TC CERTIFY THAT THE POLICIES OF INSURANCE US ED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY FERICD NDICATED. NOT4IATHSTANDING ANY REQUIREMENT, TERM CR CONDITION OF ANY CONTRACT OR OTHER OCCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN'S SUBJECT TC ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHQY4N MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILOR TYPE OF INSURANCE 011201 .AVVDF POLICY NUMBER irlAYG T'lYYYI IMINDCDNYYYPY) LIMITS A X COMMERCIAL GENERAL LIABILITY CPS2955440 034060010 03!0542020 EACH OCCURRENCE (.000,003 0101402 MAUL X 'CVR 04AIAUe 'LPReelrLD PREIOSES IEaacnmerc�t 5 100,000 4.450 rno EXP!Am. one Po , 5 5.000 PUSURY, &AUV Mao S 1.500.003 ''' OEEN'LAGCREGAIE LIMIT APPUES PER. PTIU(.T ❑ IEi,r LCC U IOIER: PRu GENERAL AGGREGATE c 2.500.003 PROUD/11S CGAP'UP AGG S 2.500.007 8 4UTOM0BILE _ x 7.7,.:HIVED NON.CAONEO LIABILITY Ar'5 AUTO Gor•-so AUTOS ONLY ...trim ONLY %C 5CRE0IAED 01.1705 AUTOS ONLY &35 35004-3501-004 07:20'2049 07/2042020 COMBINED?JN01F. OMIT I Ea miacrc% c 1.000.003 000115 NBA. (Per Pervm1 00010.5 HOUR', (Par imeisvnl - PROPERT"DAMAGE (Per aLv.Wn11 Underinsured motorist i 20.000 p'axident UMBRELLA 14,6 EXCESS LIAR !r]C,JR CV 0,,r M:s .. EACH uCCUHRENCE S AGGRECWL S L'SJ 1 REIENTIUM 0 WORKERS COWENSATION AIM EMPLOYERS' LIABILITY Y: N MI' PROPRIE1OR,PARINER.'EXE1:'.ILIVE ❑ OFF0:EPLIEAWER EXCLUDED, (tamaatdry in MI ae. Ste-.enba prier DESCRIPTION OF C0UYAIPCNS Labw 11,4 E I FigTU7E 5)51 L. EACHAC(1105(17 51 DISSASE 511 VAPID,. EE 5 E L DISEASE POLICY 1.11411 0 0 Real Estate Error & Cmuaions Auctioneers Error & Omissions REA1550758E'SP155932CC C4-1:2019 0441.12020 REA/ Ded: S2,500 SP: Ded: 52,500 51.000,030 51,000.030 CESCRIPTION OF OPERATIONS r LOCATIONS !VEHICLES 150050 101. Adoldoral Remark' Schedule. may be eltacn05 If mare apace le required] The Certificate Holder is named esAdditicnal Insured erd waiver of subrogation applies wrier required by a written contract agreement. CERTIFICATE HOLDER CANCELLATION I 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 ERA 2021 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT FILED D OCUME NT# L13000090491 Jan 27, 2021 Secretary of State 3013508421 CC Entity Name: BIDERA LLC 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: 463100185 Name and Address of Current Registered Agent: PE RERA, ARMANDO 8950 NE 8 AVE 302 MIAMI, FL 33136 US Certificate of Status Desired: No The above neared entity saber its this statement Jor the pure ose o (changing its registered office o rev giskred age nt, or bo th, in the State o f Ronda . SIGNATURE: ARMANDO PERERA 01/27/2021 E ledroric Sigrettre of Registered Agent Date Authorized Person(s) Detail: Title MGR Name PE RERA, ARMANDO Address 8950 NE 8 AVE 302 CityState-Lp: MIAMI FL 33138 I Pared ycertry is tee mAVmatba IndbmPaort tNs repator sapdCYPM sv iep its he araac arat aft' is taryeectaat Van tale sbat Fake tte Mnte Legal eAectas Male me; cee; retlanta earregng molar; et eratager at be NNMedablIty00ttFe war tae reveller or taste cep vend b elecat aa'eFortes ,egrrl ed by Utapt40L15, Hato? Sit a es; ara natreyrt ree agape's aboke, Of on art a tacMwcw tvta aN o t,erbne emp]vered. SIGNATURE: ARMANDO PERERA MGR 01/272021 E ledronic Signature of Signing Authorized Person(s) Detail Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com Date BIDERA Es1:10 I_ - _.. v _ .., IWP: :.3 RNt): 41A E 11..Tn: 3030P3026001C, t` t•r%ILIp.lA ,:,D-DRE.__/' ONTP[;1 _ . _..cif Y:3J5 NW .2 AVE M i n.1;: , FL 331.6,:=,- BUSINESSIL' E : WA REHr' I; C- 1F"F rcE ONLY USE ,r "T1 IC'',. F I �T�ll, 1_- .. ._- CONDITIONS: ,4 . . PPgUA f�'TMfEN 1 OF PLANN!N( ANANDZUN Th.IO VIIMAID rFaOU,N 3 1J`aE: CERTIFICATE r-'L.r?;OP( 4[_S*ij� R1'Uc; r UI3 ii:2w' 11. -H1f-.=, CERTIFICATE OF 11`;1= ?FLOW RJv 1PF:? THERF U'1•iI_n.s.11tP AL`-34:1, THERE THE APPROVED USE. ALL C NEW CERTIFICATE OF 'JS.'r_. P 0 T 3ral -.I a FO1:r Pw HOL-I M 1 N LtIIaI+Il�E" TN t,N gx1=tANslf1ws., g our cv I N`1 : 2014021137 r.RQ1_FsP NO'. 1.12i2 1.4tr7':_7! A'ry1 ..?MF . 1U-2 FEE: CORP NAMF!D/B P AND ADDRESS; BIDERA ..BIDERA LLC :495'5 NW 72 iNDICATED BUSINESS NAME OR 7' ADDITIONS ICS: 10 ;IRE ISSUANCE OF A THIS CERTIFICATE OF USE r); `r RrLT.Zt1B -rC1E APPIA ANT f F ON COMPU ICE WITH AN`! FEDERAL, DERA;l , STATE, ATE i7 P (',11 Al kF'-C� A PT,DiN .4'1'11 i ORE ALSO REQUIRED TO ALLOW ZONING INSPECTIONS AT 'AKYAROA.ONAPP E BY REPRESENTATIVES O T'-IE DEPARTMENT. FOR MORE TwFoRei4TtOr p ast CONTACT l` THE ZONING PERMIT SECT'TO<<i AT (7B6) 315-66. :1 ADDITION TO THE: ZONING PERMIT SECTION, APPLICANT MUST ALSO CONTACT THE: BUILDING DEPARTMENT 1- AT (7t3/;j 315-2100 FOR OCCUPANCY REQUIREMENTS AND LOCAL BUSINESS TAX RECEIPT AT (. I,+l.:}. E.70-49,,. 2/ 4/ 2014 11;29 HNA T AL`> 21l424 4 TCP'N939'I CENTRAL 229.79 Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com fI Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A 3. LL - 00 HOT PAY 7165827 BUSINESS NAMEILOCATION PERERA, ARMANDO 4995 NW 72ND AVE 405 MIAMI. FL 33166 OWNER PERERA. ARMANDO CiO BIDERA LLC Ernployeeis) MIAMI RECEIPT NO. REN EWAL 7444237 SEC. TYPE OF BUSINESS 213 AUCTIONEERING SERVICE 1 AU3744 LBT EXPIRES SEPTEMBER 30, 2021 Must be displayed al place of fiusineos Pursuant to County Code Chapter 8A - Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR 75.00 09,'01,2020 C REDI TCARD-20-0 71602 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit or a certification of the holder's qualifications. to do business Holder must coniply with any governmental or nongavemniental regulatory laws and requirements which apply to the business. The RECEIPT N0. above must he displayed on all commercial vehicles - Miami -(lade Code Sec 8a -2I6. For mare information, visit www.miemidade.gaultaxcollector Local Business Tax Receipt Miami —Dade County, State of Florida THIS IS NOT 31LL-OCI NOT PAY 7165825 BUSINESS NAMEfLOCATION BIDERA LLC 4995 NW 72ND AVE 405 MIAMI. FL 33166 OWNER BIDERA LLC CIO ARMANDO PERERA Employee(s) 2 MIAMEThODE 77-1 RECEIPT NO. REN Eiji AL 7.44235 LBT EXPIRES SEPTEMBER 30, 2021 Must be displayed at place of 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 09.03.2020 C RE D I TCARD-20-0 7254 7 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit or a certification al the holder's qualifications, to do business. Holder must coniply with any governmental or nangovemmental regulatory laws and requirements which apply to the business. The RECEIPT N0. above must he displayed en all commercial vehicles - Miami-Oede Cade Sec 8a-276. For more information, visit www.miamidade.govjlaxcollector Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com ERA line Sunshine April23, 2018 Horne :en.,te Hnu:.e i tatnr S tatu t. -s, constitution, ft L.ay.i c't Florida MIZEMEREE Florida Constitution Laws of Florida Legislative 3 Executi•:e Branch Lobbyists ntorrna tion Center mint Legislative Committees El Other Entities Historical Comrni Florida Government: Efficiency Ta=k. Finn Legislative Ernplool nt L e_oic tier,= Interpreter Services for the Deaf and Hard of Hearing My FLORIDA HOUSE Search Statutes: 2017 Official Internet Sit r of the F for id,, 1.1-g itilnt urr Select Year: 201.7 The 2017 Florida Statutes Go Advanced Legislative Search and Browse Title )CVIII Chapter274 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 55,000, 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 $5,000 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. History. —s. 6, ch. 59-163; s. 22, ch. 94-226; s. 7, ch. 96-209. _op. iaht m 19:+5-2013 The Florida Lea-islature • Privacy Staten-nt • fiord: act LL ®ELNOEVOHERALO-COM/CLAS/F/CAOOS SUBASTAS lHorne Goods 8t Decor Friday, Park Rd Flail Se, � at. 1909 Large Quantities Now Boxed items Char_ Trays, Platf er-. Gol?. Wood Wicker Platinum RI n knack. V)is variety_omit lloIcc++ralitsC0S L,�r ps.r 6lonk Ends Mann I IE7c Racks Francs W l� o .1r r PG 0 E. _ rk Kids FUeinshes $lots PIg OPnks. Musical Glolt•s Fl 000 Plastic Hanpp Fla Panel arclwapTo ps Ta�ols/Flaldwar• .; www.Jaysugarman-con Call Scott Grasso 934'-940-90S1 A U422OA019715 l0000p 10 5 by -Lot Us Help You Sell Anything" wwwielherald,comlclass SLl6ASTAS Ftra01.flen.M3V3 COMM199101Y Cy CJIJiVTY 0081.15 AUCTION -LIVE ONE .Y- CARGO�1F.11S IPA55. VtRU�5U�/'S GEM ELECTRIS W GO.Lf CARTS. 6Z-G04X4 ATV GAiIRYALL 295, nUMPTRUCKS DACK HOpE LOADERS. ItZ OF FORE GN COINS met AUCTION S/,,TA{R�TS [® gam Shar 1 POMP a1;:- EACH, FL3e Yr-1 WgIfp 9nm AVAION 6W" EVGRvYH11NG 34.5 AS IS W /ERE IS ALL SALES ARE FINAL, NG RF_TURNf 306-R7.2-5D00/(aU3'/:148/A11033921HP7. e% Clasiticaos 1.866.860.6000 sustaSTA.S 1&,,,,,T. citi LA teti itty. n I .r111 1 f't' l l'.1 • I'' . iil..nn _11.�il rinn 1 '1'.£It M09T BE PRE -REGISTERED CUTLI=.IS nAY ESTATES 19350 5 • 77 Placr. Cutler 035, NOON • 54T • AUGUST 23 NOON • SUN • AUGUST 24 Exquisite . a","I g lqqu RedwoO:ci Boehrvit B Merl',a1 B.hComp�e5 n Nat lvity 5e C..iban-Americ� . int'1 Su tllwest<rn Arr -ladroaOauri•DacSa000 llclue MuranoaWodc1l4 d 8. lor nIi. China Sot• •Humitnd 2, o t,Jl li., Bro nZ.ns• =lamond !L Costuin c- Aewelr dd'1 Itc+ills /uctinn ornp nyofAmnricacom nteis;i44/ALi2 • ,Ia SUC drtllid f'1.( Gr 11 Clesin o f.-ciurin . M9 plant AdvancedelasticsIndustries Thursday. Sept 4 as 11an1 905 W 19tH 51 1,aln:th. 33010 Loads of BlowMolding Equip 8, Complete Machine Shop (1 B) 01 Hv vNIO c//1raa0 Machi nos lmuu /Ir59re5 el/ Un115WY Ro � Ioau.Too�l S DIG• qq toatt $Crean Printin�o ip (3) 0rade pert MlllinyM -hinds (4) En9ino o,,d or a crl s/90 d5rws Surf Grindd rs/Chills•r Tool C ri b a fldComprecsor Loads ep or tl la<I/ci%u calls ools Clark 1L'Komats forklifts www.JaySugarman.com Call 55055 Grasso 954.946-0951 A04220A6197151000epta'Ye by "Let Us Help you Sall Anything" Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com BIDERA S000nnionderu of Schools nrbeno M Cary ibo To Whom It May Concern, giving our students the world Mionn-Dsde County School Lroord Dr: L tyre e 5 Faith -non. Chair Dr. Marfa MAW, Vice Chair Dr Dorothy Berxtross-Mindirtgal! SU5!6 V. CaStbb tar. Stove GBll^_gin rll Pena Thbarn5 Hartman l7r. it.1_utGr k:ur} Lobby krva n o Mao tare Rom, 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@dadeschools.net 786-275-0600 School Board Adrnrnrstration l3uhlduig • 1450 N.E. 2nd Avonuo • Maim, Honda 33132 305.995.1000 • www.dadeschools.ne( 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 Jeanette Said Jinete Cbrrf ipoti,r. flidera Auction Services 4995 N.W. 72 Avenue. Suite 405 Miami. Florida 33166 'Io Whom It May Concern: It is with great pleasure that the Medley Police Department recommends Mr. Armando Perera of Bidera Auction Services for your surplus auction needs, I have worked with Mr. Perera and his stair on several auctions. Mr. Perera 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 reernnmends l3idert 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 contitct me at (305) 881-.2047. Sincerely, Jear cite Said -.liner thief of Police JSJ,'cir t (05}5l.-2047/Ii. {105) 501-37210 ? 7777 N. W. 72 avenue / Medley, Florida 331iV,--'_-., fcnids:km-M ) rant ! ww1vAi-leaky parom Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com ERA Consignor Settlement Bidera 4995 NW 72 Ave Suite 405 Miami, FL 33166 Phone: 305-822-5000 Fax: 305-822-5007 Consianor Rachel Benson City of North M larni Beach 17011 NE 16th Ave 30% 4315 Nrnb. FL 33192 Phone:303-948-2946 Auction: City of North Miami Beach 04/10/2018 CO ;# 1274 Date: 3/23/2018 Page: 1 Loin 0esoipton Ouactity Unit Poe EXLPdoe Camm!BuyBaok Expenses 101 2002 Chevrolet Impala Sedan 102 2003 Chevrolet Silverado Shortbed 1.00 1,450.00 1,450.00 1,00 2,175.00 2,175.00 0.00 0.00 0.00 0.00 103 2002 Chevrolet Express 3500 Cargo Van 104 2006 Chevrolet Si lveredo 1500 Pick Up 105 2004 Chevrolet Si verado 3600 Crew Cab Utility. 1.00 5,000.00 5,000.00 0.00 0.00 106 2002 Chevrolet Siherado 2500 HD 20/D 1.00 3,325.00 3,325.00 0.00 0.00 1.00 2,200.00 2,200.00 0.00 0.00 1.00 2,375.00 2,375.00 0.00 D.00 107 2002 Chevrolet Silverado 2500 1.00 2,325.00 2,825.00 0.00 0.00 108 2000 Slvarado 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 Sitverado 22SCJCHD 1.00 1,650.00 1,650.00 0.00 0.00 111 2000 Chevrolet Panel Van 1.00 1,950.00 1,930.00 0.00 0.00 112 2003 Chevrolet Silveredo 2500 HD 2WD REG 1.00 2,375.00 2,375.00 0.00 0.00 CAB 113 2006 Chevrolet Cobalt 4 -Door 114 2004 Chevrolet Si lveredo 2500 HD 1.00 2,100.00 2,100.00 0.00 0.00 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 Si tverado 1500 Pick Up 117 2000 G.M1C Safari Cargo Van 118 2006 Chevrolet Silvered) 2500 HD 2WD 1.00 2,725.00 2,725.00 1.00 2,250.00 2,250.00 0.00 0.00 0.00 0.00 1.00 3,300.00 3,300.00 0.00 0.00 119 2006 Chevrolet Express EXTD WB 1.00 5,350.00 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 Biue Bird 50 Pass. Schcd Bus vd 1.00 1,675.00 1,675.00 Handicap 0.00 0.00 123 2005 Finn BB -302 Bark Blower 1.00 23,250.00 23,250.00 0.00 0.00 124 1993 Arrow Sign Board 1.00 950.00 950.00 0.00 0.00 125 2005 BRI-MAR Dump Trailer 126 1.00 3,075.00 3,075.00 0.00 0.00 2005 BRI-MAR Dump Trailer 1.00 3,550.00 3,550.00 0.00 0.00 127 2001 BRI-MAP, Dump Trailer 1.00 2,925.00 2,925.00 0.00 0.00 129 130 1999 Evaco Superfine Low Boy Trailer 1.00 17,250.00 17,250.00 0.00 0.00 1997 Vermeer Chipper 1250BC 1.00 6,625.00 6,625.00 0.00 0.0D Bidera LLC 4995 NW 72 Ave Suite 405 Miami, Florida 33166 T.305-822-5000 F.305-822-5007 www.Bidera.com ERA Consignor Settlement Bidera 4995 NW 72 Ave Suite 405 Miami, FL 33166 Phone: 305-822-5000 Fax: 305-822-5007 Loa Descspton 131 Cement :Mixer Lot CO #. 1274 Date: 3/23/2018 Page: 2 Caaniity Unit Price ExtPrioe CcmrnAuyeacx Expenses 1.00 1,650.00 1,650.00 0.00 0.00 132 1999 John Dern. 200LC Excavator 1.00 56,000.00 56,000.00 0.00 0.00 133 1999 CAT Roller CB 2140 1.00 7,050.00 7,050.00 0.00 0.00 134 2007'ddvoL70E 1.00 23,250.00 23,250.00 0.00 0.00 135 1990 Kerntnrth 1800 (Update) 1.0D 7,350.00 7,350.00 0.00 0.00 Payment ;o Ccraignor - 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 Far 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 ERA Consignor Settlement Bidera 4995 NW 72 Ave Suite 405 Miami, FL 33166 Phone: 305-822-5000 Fax: 305-822-5007 CO #. 1274 Date: 3/23/2018 Page: Lea Description Gamily iUnitPrce ExtF'ice Comm:Buyea c Expenses 131 Cement Mixer Lot 1.00 1,650.00 1,650.00 0.00 0.00 132 1999 John Deere 2G)LC 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 L70E 1.00 23,250.00 23,250.00 0.00 0.00 135 1990 Kern►vrth T&00 (Update) 1.00 7,350.00 7,350.00 0.00 D.00 Payment to Consignor - Check ;= 2475 C 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: C 34.00 214,200.00 214,200.00 214,200.00) Balance: $o.00 Inventor/ 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 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." RE CIT A L 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: Office of the City Manager City of Opa-Locka 780 Fisherman Street, 4th Floor Opa-Locka, Florida 33054 City Manager: Ed Brown WITH COPIES TO: Vincent T. Brown, Esq. City Attorney City of Opa-Locka 780 Fisherman Street, 4th Floor Opa-Locka, Florida 33054 CONTRACTOR: 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, Florida 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 applyto 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 fordamages. Statutes 768.28. SECTION 5. GOVERNING LAW AND EXCLUSIVE VENUE. 5.1 This Agreement will be governeg by the laws of the State of Florida. Any claim, City of Opa-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, CONTRACTOR 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 CONTRACTOR 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. STATE OF FLORIDA ) ss COUNTY OF MIAMI-DADE CONTRACTOR BIDERA, LLC hev.ne, 13UIIOCt .444 1(9 • 41,(i_P I HEREBY CERTIFY that the foregoing instrument was acknowledged befc� me this 14 day of t\4a((h , 201 E by tWY1a11610 -r2fe(C1 as of who is personally known to me or who produced as identification, and who did [did not] take an oath. Notary Public — State of Florida Print Name: jba (W'\G My Commission Expires: (A 1 ri I at) (q CITY OF OPA-LOCKA By: i �` '—� } (�C `6\. Ed Brown, /City Manager 1 o reS ,,,,,,,,lfs,,14; . 0:..e SS ON EX,o � �,0 '°1� 7 •� 9Fc .o* Date: ='/ /.1)/ / Approved as to legal sufficiency: ATTEST: By: The Brown Law Group, LLC City Attorney 8 By: /22/k% Joanna Flores City Clerk Newall J. Daughtrey Acting City Manager Telephone: (305) 953-2821 Email: ndaughtrey@opalockafl.gov July 23, 2018 Armando Perera 4995 NW 72ND Avenue, Suite 405 Miami, FL 33166 Dear Mr. Perera: 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. Daughttey Acting City Manager SURPLUS 2022 -FLEET & EQUIPMENT INVENTORY 2 I FAH P2E WXBG 159938 XC7584 FORD 2011 TAURUS 9 0912 10 1401 12 1105 17 1103 22 1403 37 0508 47 0501 50 1408 51 56 0820 2FAHP71V49X112970 XF5535 1GNLC2E00ER199117 XD7365 2FABP7BV6BX159430 XC7578 2FABP7BV8BX159428 C MO MANAGER OFFICE FORD 2009 CROWN VICTORIA CHEVROLET 2014 TAHOE FORD 2011 CROWN VICTORIA XC3026 FORD 2011 CROWN VICTORIA 1GNLC2E08ER203270 XB3978 CHEVROLET 2014 TAHOE 2005 STRATUS 1B3EL46R25N511926 2FAFP74W05X156258 1G NLC2E01ER201828 1FTRW12W67FA64418 2FAHP71V88X135795 57 0819 2FAHP71V98X127396 218746 DODGE PD PATROL PD PATROL PD PATROL PD PATROL PD PATROL PW FLEET 211304 FORD 2005 CROWN VICTORIA SILVER XD9341 CHEVROLET 2014 TAHOE PD PATROL PD PATROL XA3422 FORD 2007 F-150 PW WATER XH5840 FORD 2008 CROWN VICTORIA PD PATR OL XH5838 FORD 2008 CROWN VICTORIA WHITE PD PATROL 61 0703 1D7HE22K07S176615 XA7094 DODGE 2007 DAKOTA CE CODE ENFORCEMENT RE( 74 0816 2FAHP71V28X135811 XF5525 82 0910 2FAHP71VX9X116957 XG3424 84 1001 2FABP7BVXAX141088 XC7591 105 36102 146 254 0254 263 264 265 266 267 268 269 270 271 1HVBDABNOTH383160 XA3428 T0410GX931259 13090575)VA22676 FORD 2008 CROWN VICTORIA PD PATROL FORD 2009 CROWN VICTORIA PD PATROL FORD 2010 CROWN VICTORIA PD PATROL INTERNATIONAL 1996 3600 THOMAS VISTA SCHOOL BUS YELLOW JOHN DEERE 1993 BACKHOE LOADER HUSTLER FASTRAK SUPER DUTY 932491 HYDRO GUARD PUMPS #3 & MOTOR #3 FIRE HYDRANT FLUSHERS #8 RADIATORS #24 P & R PARKS & RECREATION RED PW STORM WATER PW ROADS & STREETS PW SEWER REGULAR PW WATER PW MOTOR POOL SCRAP M ETAL MECHANICAL PW MOTOR POOL MUELLER WATER METER METAL & PLASTIC DRUMS #7 PW METER READERS TRASH RECEPTABLE #30 SEWER PUMP STANDS #2 24" CHECK VALVE MISCELLANEOUS METAL SIGNS -FENCE PW ROADS & STREETS PW SEWER REGULAR PW SEWER REGULAR PW ROADS & STREETS 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 , 2023 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 an 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, which commenced on April 15, 2019, and ended on April 14, 2022. On March 1, 2022, North Miami renewed its Agreement with Bidera LLC for an additional one year period; and WHEREAS, on March 1, 2022, North Miami renewed its Agreement with Bidera LLC for an additional one year period; and WHEREAS, the Contractor agrees to provide Surplus Auction services to the City of Opa-locka at no cost to the City; 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 a 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, 2023. Sectjon 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, Scooe 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: Darvin Williams, Interim City Manager City of Opa-locka 780 Fisherman Street Opa-locka, Florida, Florida 33054 Copy To: For Contractor: Bumadette Norris -Weeks, Esq. City Attorney Burnadette Norris -Weeks, P.A. 401 NW 7th Avenue Fort Lauderdale, Florida 33311 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. ATTEST: Joanna Flores City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris -Weeks City Attorney CITY: City of Opa-locka BY: Darvin Williams Interim City Manager CONTRACTOR: Bidera LLC By: Witness: PRINT NAME Date: TITLE Date: E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date: