Res. No. 047-07-12432RESOLUTION NO.47-07-12432
A RESOLUTION OF THE MAYOR AND THE CITY COMMISSION OF THE CITY
OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO ENTER
INTOA TWO (2)YEAR VEHICLE RENTAL AGREEMENT WITH ENTERPRISE
RENT-A-CAR FOR RENTAL VEHICLES USED IN UNDERCOVER POLICE
OPERATIONS BY THE POLICE DEPARTMENT AND AUTHORIZING THE CITY
MANAGER TO DISBURSE UPTO $30,000.00 PER YEAR OVER A TWO YEAR
PERIOD FROM THE POLICE FEDERAL FORFEITURE RENTAL/LEASE POLICE
VEHICLES ACCOUNT #615-1910-521-4450;PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS,thePoliceDepartmentengagesincertainspecialundercoverinvestigationswhich
sometimesrequirestheutilization of rentalvehiclesthatneedtobefrequentlyreplaced;and
WHEREAS,the requested expenditure isalawfuluse under the Attorney General's Guidelines on
Federal Forfeitures;and
NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF
THE CITY OF SOUTH MIAMI,FLORIDA THAT:
Section 1.The City Manager is authorized to enter intoatwo(2)year agreement with Enterprise
Rent-a-Car to provide rental vehicles for undercover police operations.
Section 2.TheCity Manager is authorized to disburse a sum notto exceed $30,000.00 peryear
overtwo(2)yearperiodfromthePoliceFederalForfeitureFund,Rentals/Lease PoliceVehicles,Account#
615-1910-521-4450 witha beginning balance of $0.
Section 3.This resolution shallbe retroactive to December 15,2006 upon execution.
PASSED AND ADOPTED this jfl^day of JVa^l^J^2007.
APPROVED:
CITY CLER
READ RM:
iA£.n ^
Commission Vote:
Mayor Feliu:
Vice Mayor Wiscombe:
Commissioner Palmer:
Commissioner Birts:
Commissioner Beckman:Yea
South Miami
AMmeilcaCity
CITY OF SOUTH MIAMI *1111F
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
Agenda Item #
To:The Honorable Mayor Feliu and Members of the City Commission
Via:Yvonne S.McKinley,City Manager ^JU£P&?^<j-r>r-
From:Vincent A.Landis,Chief of Police
Date:March 20,2007
Subject:Rental of Vehicles for Undercover Police Operations
Resolution:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY
MANAGER TO ENTER INTO A TWO (2)YEAR VEHICLE RENTAL
AGREEMENT,WITH ENTERPRISE RENT-A-CAR FOR RENTAL
VEHICLES USED IN UNDERCOVER POLICE OPERATIONS BY THE
POLICE DEPARTMENT AND AUTHORIZING THE CITY MANAGER TO
DISBURSE UP TO $30,000.00 PER YEAR OVER A TWO YEAR
PERIOD FROM THE POLICE FEDERAL FORFEITURE RENTAL/LEASE
POLICE VEHICLES ACCOUNT #615-1910-521-4450;PROVIDING FOR
AN EFFECTIVE DATE.
Request:The Police Department is requesting to use Enterprise Rent-a-Car to supply
rental vehicles for undercover police operations.
Reason/Need:The Police Department engages in various undercover and surveillance
operations through the Special Investigations Unit(SIU)using rental vehicles.Street
level crime interdiction and drug enforcement are both performed by the detectives
assigned to this unit.These are ongoing criminal investigations,short and long term.
Undercover rental vehicles can be used for only a short period of time before they are
identified.Hence,the Police Department is continuously exchanging these rental
vehicles.This allows the unitto continue operations at optimum levels.Enterprise
Rent-a-Car supplies vehicles to different area police departments which are appropriate
for the assignments while maintaining officer safety.We will be piggybacking on aCity
ofMiami contract.However,Enterprise Rent-a-Car has provided the attached two (2)
year contract at a lower price than the CityofMiami contract.This will result in an
estimated savings of approximately $2,850.00.Some of the area police departments
using Enterprise-Rent-a-Car are Miami-Dade County,Monroe County,Miami,Miramar,
Homestead and Bal Harbour.The effective date of this contract and resolution is
retroactive back to December 15,2006,due to payment discrepancies with the previous
vendor,Royal Rent-a-Car,which created a crisis situation for the police department.
Cost:$30,000.00
Funding Source:Police Federal Forfeiture Fund -Rental/Lease Police Vehicles
Account #615-1910-521-4450
Beginning Balance:-0-
Request:30,000.00
Ending Balance:-0-
Backup Documentation:Draft Resolution &Government Contract
Page 2 of2
(Ilttg af ffixmm
Enterprise Leasing Company
Attn:CarJNeary
11440 N.Kendall Drive,#405
Miami,FL 33176
June 19,2006
Re:CONTRACT AWARD
Rental of Vehicles-Citywide
BidNo.04-05-104(010)
JOEARRIOLA
City Mtfttger
Dear Mr.Neary:
OnMay25,2006,theCity Commission approved the award of the subject term contract
for Rental of Vehicles -Citvwide.onanas-neededbasis,tobeutilizedbyvariousCity
Departments.
Enclosed isthe City's Contract Award sheet foryour reference.Should you have any
questions regarding this matter,please contact Terry Byrnes,Sr.Procurement Specialist at
(305)416-1917.
TheCityof Miami appreciates your participation in servicing our needs.
Sincerely yours,
Glenn Marcos
Director of Purchasing
MAR/am
c:Bid File
DEPARTMENT OF PURCHASING
444 S.W.2nd Avtftue,6*Floor Miami,FL33130 G05)416-1900 Fax:(305)416-1925 /Mailing Address:P.O.Box 330708 Miami.Florida 33233-0706
i A r •I I I Aft7•I •I T>111
CONTRACT AWARD
CITYWIDE
BID NO.:
DESCRIPTION:
CONTRACT PERIOD:
TERM OF CONTRACT:
COMMODITY CODES:
04-05-104(010)
RENTAL OF VEHICLES •CITYWIDE
JUNE 19,2008 THROUGHJUNE 18,2008
-TWOip)YEARS WITttTHE-OTRFOR
TWO(2)ADDITIONAL ONE-YEAR PERIODS
975-14,975-86
SECTION #1 •VENDORS AWARDED
ROYAL RENTA CAR SYSTEMS OFFLORIDAINC.
3650 NW SOUTH RIVER DRIVE
MIAMI.FLORIDA 33142
Contact ISMAEL PERERA ...<•T ;;..-;•'.::'.!:,.•.
Phone:(305)871-3000 %<.•:...-..-•-\.r^•/'•.
Fax:(305)635-1295 ,..:^:<•"-.-,•'":.,•.,'=•
Cell/Pager:(305)277-837P-T::->/".\\."v>*?•*
Email Addre39:iPMeraffiTOvali^ntflcarcom,
/£??'**.•••".•.•''"'•'-:
ENTERPRISE LEASINGCOMPANY,A pLOKlOA CORPORATION11440N.KENOALL'90VE-^U1TE^05:^^^^^:;/,*^.
MIAMI.FL 33176 .?//."'"V-'"T~r-M•'?£$£.->&"V"
Contact CARL NEARY "^.:s^m*^/.•':&'%&*.
Phone:(305)596-7373-*;'-^^'y^A^^^V^.
Fax:(305)$2f12^:'^^^r^jfe^'•'
Email Address:marco.alfonzgfoeracttiom '•'**•;:.^k..^"•••/
SECTION#2 -AWARD/flACKGROUND INFORMATION <•-,,«
C.C AWARD DAtS.MAVik 2006
RESOLUTION NO*$6-0tt€\
ANNUAL COr^TRACf#|OU.N%/NA/
^-.\,^-4r r-r
SECTION #3 •REQUESTIK&DERARTMENT 3
CITY DEPARTMENTS ..v*;.v*«••..,-v .
Contract Administrator:TERRY BYRNE$#>.';^ft%£&ft'
Phone:(305)416-1917 -.-.,.>-
Fax:(305)416-1925
'ViVib
SECTION M •PROCURING AGENCY
.'iX'^.Ui
•3>":r-.^..
CITY OFMIAMI.PURCHASING DEPARTMENT
Sr.BuyerTERRY BYRNES
Phone:305-416-1917
Fax:305-416-1925
PreparedBy:Anna Medina,6/8/06
s:&
'Is*J
-....;1
AMENDEq^PUNJi^A
INSURAtfQFr^JIIRfMENTS:YES/A
Certificate bfclris/ird^e will be required,prior
to th&viasiteneVtf£ir;Purehase Order.
^ERFbRMANCEMND:YES
n
n-
AWARD SHEET
BfDNO.0+0S-ie4
RENTAL OP VEHICLES •CfTrWIDS
torn GROUP*
Biaaw mil bM en teuewtt*4.*•»*»
b|«4*tt9 b*««>«UMtai«i»dnK«lor
await atdioup A
cut—1»11 CofwafttitmllAi
Rayal R«nt A Cir Systems of
Fte<10ft.we.
SSS9HW $g*(h Rtvw Olive
WtVRlAUU?
KttptnloDaM
ltd V+tMHautwm*)kxm"
loMrdttotvppQr
1 CMVOW
9W«tf*
Moafiri ftk
AVaO'Cobrt MM
Fotu*MM
»Z0M
Sartf*.200a
Bitten V6*aV*<l»0*••*»o»«•
r««ut itlct to Cit (kit hw y«»f«
l'il«]lata*(muftiy.wooWy.daily)
pat «»kid*.bead upon*•nltfwd 01
ln*«<<«0 prapoiaa by *e proiooeSva
bSMtR
Partner
I MesHy Raw
I WattlyAaM
I6«t|Rate
C«H>*Mett>
taaiirmsa
ft«»ttlBit>
p^.t..l >w.t—v.».WH«M Ol
fctctttadr-
T«nyeyn*x.CPPS
4/IW*
SMI.OOAxK
1*91.20 rVch.
)».WMi.
ltM.10
Stlllawinne*
J 441.00 Attn.
S t».J0 MCI).
*2t.«e A.M.
qcq GROUPA:
Enttrprtsa LtusMs Company
11449 H.Ktndid Difva,Sulla 406
wamt.ft.33i7*
3 U w*M ia ba cmitaMo!mvaiuba
CataMMafCiaaaA.
Cattflon 1;iSSSSSfi &*****
fll>4Da*l«fc
UM MaKtttpts^syraaits)bUW
intend*a)CuM*:
Nrtt MaOtib)luf
<CtekCBtci Cobotl-CMaaar 20OM0M
2 0oag*M«gn komooo
Sfcxd f««««lOoMOOa
4«KKdS 3 zoomooo
6 Totals Conti 1MM009
6>M««ff*nqt«M to M ucB of IM
vital nttt to A**M <"•V»"
anst oabw baoelMy.***«y.«»*»>
parvaMct*.bated upont*«<*tt44 ot
inainnp pnposaa by fta om*JaXdv*
Utter
1 MonUtlyftX*
ZWaaWrBm
iDtHy RaU
Coooweul
InauroK*
SS40.00/
MOjOOi
Ml.OO J
*•*'*!W»t—ywimwtOLfl;Ml 1.00
SaWkwuntiaa
IW.IR*.
WQ *4fc.
HiO /»*»-
Pdfart K»'44,«<rad to Md **»»at ft*
rMtM rtlca (b»«»«n art fowl*
ytara bud below bMANy,**4«y.
OttM ae#vttricK.OMM «peo eaa
raatod ol tnturtag pnpottd by »♦
prwpaesvjbasar
Ptffjpo:
t MpnWyftata
2WMHyR«la
SOaPy***
Commtrelal
(ntviinca
p»a^ift»K
fay »llt«fVhr.«!**.«>*It;
CaMflXVfc iflailu Ai&ot B A I
ftatntl;
uit Mtke(tyMoott(s)rraifti)eidd«i
4*UjAds to supply:
Mtt*
IFOrf
2 Maid*
SNbian
4 Volvo
Bttatn ara raound to bid aactiof *o
amtal CM*tot *a But two yaaia
tfttao bciow fawtily.•"•**.d**!)
dm «*Nda.based won Sta fnatod ol
bifvmp pssoaaad by dw Btoapacf**
|l0Oac
1840.00 A>aK
ItSl.lOArth
S3lJ0/v*K
itaateo
Year
Tama J00S
t 200*
AVmtfWnima 2000
5.40 200*
f MMK»VR»*
2W«4*VR*i*
JOMyRI*
Cam***'**!
Imuran<•
*J»mil »rt«
..j^-j tw«Tw«*w»iew«wf tfc
Pii^wad By:
TonyByrtMCPPB
tfllJOO
1747.00*+.
tt74J0rV*ll.
|J4.90**»».
AWARDSHEET
BID NO.04-05-104
RENTAL OF VEHICLES •CfTyWDE
9a»kiiaraaca
PiaatolBat*
S 04100 Mtfl.
S 19120 AMI),
t 21 jM Neh.
<tA4l80
OaVtoawznea
Uinta Ran
$747.03 M.
$l74JOfati.
Sz«.00/V*ft.
BUdw*tra reQuVad to bid ♦«!>o»tfta
rental rata*tor *>o third Md fovnh
yajia Oslid below (moodily,weakly.
ttBfi par vehW*.baaed upon *>•
mated ol bawba poeotod by t»
praxpocOVa Mddf£
Commercial
fiteufeMe
smttlea
IMontdyRcla
2 WaaUyReta
3 Ob>Rata
">¥rt"-«**mm in itftiiinr if
J^M allFob,V.*a (CUMory tt
W04.00 N*B
JIW.00 Nffc.
123.00 7v«n.
"StttJMT
Crttoorv »;MOita SfOUl (2ii
figsttl:
ltd .*Me(syMoM(ayY«*t{*)Udder
Hilasdibiiigoiyi
HAS Mod*au lan
1 8u&Cautery 200S-IOOS
2Ch»«mfai Cletitc 2D00-I000
2 Chevrolet bnaala 2005-2000
4 Beds*Scoring 2009-2000
8 Ogtfgc sntut 2005-2000
SPora Taurwt 2009-2008
Bldcan «<a raoubed to oa)each olOib
«*iK»i ram for to rmi two yam
lUted betow (raoasvy,«**M^d*W
pa«»iW«a.Ba»eoopon*aBie#«odol
Insurtog proposed by At protpooWa
PrtaVm
1«4o«MyR«h)
2 weatyRoif
}B*ty Rtfe
Comm»t(l*l
tnaiifMC*
l^.t^i r^Htw.T.M.ient—i.a.
S7MJ0O Nob.
JI07J50 Httk.
Htl.71
Satfincuranaa
RantilRil*
WO /van
»M Are*.
KfQ /**K.
"*Cf—•-•
WO
rjalibiiniaiu*
RamaHHi*
NrtJ rVah.
NIQ Aran.
Bidder*era raojulnd to Nd mO>«>»•
renal nan fee too third and fewth
yaara kit«d bab#{mcfiMy,ueaUir.
dally)per vetilcle,Datedupon tie
naMd o!iMuKng propetad by do
projpertrobwdtf
Commercial
Imuran ce
IMoaatyRai*
2 WstttyRai*
soonyRt*
B«*.telRw
litrTrtd I***iTll*l KtlttfW tt
ToirtiWFowYtiratCataBWVli:
fauapotUitiLaiu;
Utl W*k*(t)IMadat(tyvaar((>tlddar
lAttnditottiOpY
9747.00 "40.
9174.30 Ar«A.
924.00 Art*
••48.30
tl.182.40
ICa/ytKr
7 Dodo*
3 Fort
4 VotvO
900 2006
Charter2000
900 200S
S-60 3008
BWan «e required to bUeachel fib
rental rplei (gr «i flrn tw»yaite
Kitedbelow Cmo*My.«o*uy.o*-V)
pervtt*M.batedepoo too»*»io*ol
inturtno proosud bytoo pioipteffco
bWdon
IKbaftt/Raf*
2VvaoMrRa«)
3 0>*yR»t»
Carpmerelal
Rer.lt!Ram
•*•*"•**"Tw tww Kumar a;
Prepared By:
t*ny Byrnes.CPM
4/12M
3750.00***
91931»Aran.
t20L27AMn.
AWARD 8HMT
810 NO.0445*104
RENTAL OFVEKKLES •CITVWDE
StJIMtOWtu
Ratal Rtre
1747.00 A-«h.
3174.10 Aid).
SM.M/retl.
11.0*3.40
SairtaaurMca
pwit»ISl»«a
9700.00 Art*.
1103JS rVefc
92627 Art*.
BUaars are retuked to eld eacholtoe
r*nui <*Im tor *•thini and teunu
vitro r«od bolow (rMrXNy.wot**/.
darty)par vobfclo.beted **m ft*
Rietood of Imbmi0 propoied by so
prptpeawoWooer.
Comnardal
1 tUaaiWrReie
SZWaoUyRlU
3 3.DtiV Rett
-*-T*n.y.,rt.*.-.f
font m ««rr raw*<Ctftoo>y 71:
Cauaorva^emttai
JstfiUtett
1111.04 Arah.
3211.37 AMD.
330.10 Amh.
ti.D5i.tr
JWJS.lt
(.In |ytak*»yM*dtl(*yVe»it()bUder
Inttixitoaupalr;
Mm
tBuk*
2CriiytV
JCoda*
4Dod*e
ifa
t&ajft)
la Sabre
309
Caesar
Maonuni
900
Yjtx
2009-2000
2009-2000
2009-200*
20094000
2009-20O0
Bttoars amrequired tottt *arhoft*e
rental relettor to*Rr»|»v»yeare
Bitod beto»jwWy.*t«wy.4afly)
parvrAtoo.bated epon»ewood at
towtrj propoted by BMprototetv*
Cariwwcltl
Prldriir.
iMMDdyRtto
2 WeaUyRtto
SOlityftotO
••**».*«•».i T-.Y^»itwtw n;
fttrtH*ftt
9760.00 *Vftl.
9107.90 Mell.
920.21 Nth.
0903.71
Self Inetmnce
Rcalti flal*
SetfbHuMft**
mrttaiRWa
MO Mb-
Bidden are required to NO apeh of to*
rental role*for 0*third and tour*
y*tr»baled below (monthly,weetly,
deaVr per treNde.baaed upon Re
OttStod a/.tasuitrg propatad by tie
OntOoCaVOUddtr
EitCtEft
1 MonNyRat*
2 ffrettyRtto
3 0*iy Ret*
Commercial
lft*«r*<>C»
RanWRtle
TaUl it Pour Vaara ICalteonr 3fc
Sum TotalAllGroupA
Prepared By:
IcayBymat.CPRB
4/12/00
smxa rvan.
910340 Aran.
12*47 Art*.
SMM4
9t.*MJ2
0J.Ji9.»
AWARD SHEET
BIO NO.0449*104
RENTAL OF VEHICLES •CfTYWiCE
MfliWeraitt*
RtwiBat*
9111.00 Aran.
3iUW**f|.
8idd*4 are raqtttred tobid eaoti of the
ronlal ratal tor toethirdand towVt
yaara oti*o eato*{moiieiy,woetiy,
«3y)par MfKcie.beaad vpsa It*
rattriod ol KtadtiQ propoeod by to*
proiptsBvptiaoar.
1 tHoeniyRata
2 7 WntryRjta
3lO*iVR»t»
**w *-a «.•»*—*io»«r»a-.
Tom an fear Tear*iCataaew i>:
Sum Toul Alt Group A tt.7SO.sa
(cwptrea '•*.Cmn inwtt«tt«i4—1
Coowwrtltt
totltfance SelflaiiManaa
BfWlBllt _Rw»WR*le
9111.00 Aran.
3711.32 A*i
930.10 Are*
MD A**.
WQ Aran.
MIQ A**.
S1.OS2.5T ~M3 "
92,0.0,29 1*0
AWARD SHEET
BID NO.0445-104
RENTAL OF VEHICLE8 •CITYWIOE
Roysl Ront A Cv Systems of
Florida,inc.
0590 AW s«ubi RN»r orVe
GROUP B:MlaM,FL 33142
Ctneatvtt PttkuaTrurtefOaaToa
CanariM:MtpMielDfldO
IHt Mp««(ty>todcl(tyYaar(t>bidder
louodi to wppiy:
Mrto
tCftoviOtol
2j0rd_,„
Biddtra U*rwVed to W eocn Ol**
MRtal ntat tor n*oat two year*
Dual betow (nonftly.meetly,da*i)
per vtfttta.Datedupontoo tnatfcodof
feturtnp;proposedby toe ptsapacove
Wider.
MM«I»1 tut
Savarado 1009
F.I60 2000
Commercial
(nturttKa
|ttpnfdyRf**
2 WMWyRtl*
SPslyRttt
!*"'•twrw.n.w*****'/*
Biddera*>•««o»ired to W4 «*eb eltoe
rental rttta tor to*tMrd and lewik
yeare hied Oetow pnonsdy,weeWy.
daty)per Vahkte.bated iipOb toe
•netted el toteo-B prtpottd by to*
paxsecftrebcJdu:
$719.00 Arch.
$113 n ton.
$21.27 Arch.
Convraroiai
Iftttfrtec*
Praam
I MonWyRat*
J WaewyRtte
}Daly Rata
t<a>T«>i»fa «"•r»w rc»—»«i:
Sum Total AH Grown 6:
Prepared By:
leny Byrne*.CPPB
4/iint
Rental Rita,
VUXftNth.
$1«3.tl Neb.
929.27 Mf«.
Itlt.10
91.B0t.32
setfhitwrwce
R.nttl Btl*
$790.00 AreN
$tmft Areh.
3 20.27 Arch.
9*»irtauraaca
Realtl Rale
9 781.00 Arch.
$103.19 Nth.
$20.27Arab.
9 rn.it
T 91Jte.ia1
GROUP B.
ErtlsrprlMLtoalag Company
11440H.KtndMOrMo,3V»400
Maml.n.33170
Ciaonrvl:PtdmoTKirtalPaaTonCanacferl:
Ufl u*kt(tyModar(iyVaarti)btfdai
Inttfdf otopyty:
Mate
IChcMOliI
2DodM
ModeUri tow
Silverado SS0&2OO0
Ratn 200*1006p:rto-——xaaotu-
Blddera M reOeireO tobid Ottfl Of DW
natal rata*lar Cm Aral two yean
btod betow frnoriWy.moUy.dody)
par<rcMcnt,basedeport toeeievod ol
iMotog prcossad byto*piwpaenva
bUder.
CenwwrtUl
biaettnc*
Prlolno:fl»m»i P»f
lMef**yRttt
2 WMUyRtU
3 Otiry Rlto
******fw tw.v.—re—s.m
6ta*«re are roewTedtobiO***Oftoe
rental rate*fortoe third ted fevnfi
yaaratin*betow (mortWy.weekly,
dally)per vehicle,bated tpon die
autiod or Inuttna popoted by die
prospect**blddar:
$730.00 Arc*.
1*97.90 rvtn.
921-31 Arab.
ttwit
Sttfaroone*
.JbirtaJBatt
WO /Veh.
WO Areh
WQ Areh.
CeMffi*r«lal
Ineeranoo Mlkntirartt*
Pftetra-.ttanftlRrta tterxalRate
1 MotiftryRot*
2 Weekly Rat*
3 0 jay Rmt
9011.09 A*n.
9211.32 Ml.
990.19 Ar«n.
uq rv«tv
tNQ /Vab.
WO rVt*.
II.B3Z.b7 WO
Sum Total All OrouBB:WQ
AWARD SHEET
0IONO.O449HO4
RENTAL OF VEHICLES -CfTiYflOE
Roy ll RantA Car Systtma of
Florida,Inc.
CROUP C;3090KWSoua RAW om«
Category 1i Boarta UBHN fforf/Ttta
fiaMlfittat Mltmin 33142
rdipantoCado
Ul Mok»fj)fl(taMrfjyY**/tt)bW4M
bnondt to »«opY
Mitt
-rftrd—*—-*—'-•
20Qdoe
3f*4tld
a Voir*
Bidders aretoqiAred •0>0«etk OfOlft
rana*MM tor OiO Oral tor*yatra
ttitd beton (moaftly.watby.dolly)
OtrvoNtfO.bated upoe to*toetoodol
Snaurirs prepoted by ho pmspecow*
bidder:
1 MoatoyRat*
2 WeeilyRra
0 Dally Rtl*
Moattftl Vfttf
Exsbr«rrExpadit»
■•n-«-»—'♦—~-JO0i-
Berpftoa 2000
Atnada 3000
XC700(C90 2000
Comraarctal
iMtUfMOt
RamtlRtte
B^t—i rwi *»»»...ns««».«
Biooart art redjufced to bid coca of toe
rorMI «ltt for tie BWd and levAh
yearn ailedbelow fxMMy.*"teHy.
UOfi per vtNde.btted epon toe
metood of «Kd»f ptopoted by tie
prupacoveblOeer.
9709.00 AKh.
2t09.OOA.4A.
43*47 ArtD.
3ttt.1t
gtftwn!
i MoonyRato
2 Weekly Rata
9 OtJy Rate
Sum Total All Group C!
PrtOtreOSy
T«ryB|*ntt.CPP8
timet
CoiMnerdal
bwuaaco
RaaUIRtt*
$79100 Are*.
91a3.it Mb-
$».Z7Artft.
$909.10
J-l.tteJI
BttrtAtuftitt*
_RarttalRM*
$7taoo Aran.
$111.08 hail.
$2017 wtti.
J 9*9.10
S«tflatw<aca
.Rental Rata
97910O Arah.
9181 It Aroh.
928.27 Arcrt.
9 OM.tO
I 31.M0.32l
CROUP C:
Cttaaorvt-SeertaUrjBft
Entarprloo Leasing Company
11440 N,Ktfldofl ft***.3gB*40S
MbtrLFL 93170
Utl MUDetiywodtrrsyr
Mopiy
tH(||otter
Mai*Motfetfrt Yea;
aj**e
30>C
"~-"~it8*»——200W0M
CttoflPt*2009.2000
Envoy 2O0940OS
CtMirx ere roofed tobideachol die
r*aKi rata*tat tot Oral twoyears
Btttd bttow-(twoMy.etoeuy.««y)
par vtMotft.beted upon eia natoot e>
jAtuttog proposedoy W*pintpoctvt
bidder;
Cemmtrtbjl
bteurante
PtltlWO!n—t»ia«f
1 MoWyRet*
2W«*kVR«t*
3 My R|tO
*«*.T«MirKtT tYiatirr-itrn-!
Bidder*are reqtrlrad to bid eeth of to*
rentalratesfortoe IMrd end loon*
year*tittf betow (ewdrtfy.uoetoy.
dt*V)p*r y*AU*.eased upon toe
<n**09 Of mwtao proposed byto*
arottfOetVeWddar:
ttOSOONth,
9200.20 Arch.
t)».4C Arab.
Stirlntkranta
_.Rental R.r*
AKQ Aran.
.rid Arab.
WQ Arab.
Ptwlwar
I atorAVRgte
2W*eMyRlto
0 Daly Rtl*
"•^"**a,ffiiT—•«««—rlH
Sum Total AHGroup C;
CorantreUI
Itieuronte 9*lf«tnrrcnee
R«ntat ttafl Rtatti Rate
$911-00 AOl.
9720.09 Mil
$31.01 Arah.
AWQ Attn.
HA Arob.
MQ fcefc.
91.f99.2t rWO
s2.eS0.07 WQ
AWARD SHEET
BIONO.OO-OM04
RENTAL Of VEHICLES •CITYWIDE
GROUP 0:
Ctueewl!BpontrtoamtCltii
RoyalRootACarsystem*of
florida.Inc.
3000 N«VSou*RfcrerDft*t
Waml.fL 33142
Mbp04ib*J*d»
Uti MAtMIMatMrYterM bidder
inlendttoairpptr
Make t*adjf{<l Va«r
1 •erd MMtoao 7000
2 Pontet 00 2000
""•1Mdea--~"•'"•-Cttbaf ••-3008"
«Ward*MKd 2000
Bodes ere rcoyrtd to bU etc*of to*
•atrial ratn (or Ota Ofil 0*0 years
Bated bttow (toonCdy.»«**»/.deuy)
pervefctea.batedopoo too matood ol
wterto propottd by to*pmtaeeuve
odder.
Ceramtrei*!
Mawaoce
EiIsLkl p«w»«l taw
1 bfontbVRalb
2Weekly Rt<*
3 0*»v «*>»
tj.t«w ta.iT—Y.»«iCil«a«i»-B;
BUdtrtOffreoolrtd to bW eecbortoe
rental rstot farft*tMrd and «***»
yatra axtod oeiow (cMrahiy.tajeMy.
<*Sy)per vehicle,beted upon 04
matood of tottsag proposedby to*
proapectvo better:
$747.00 /»*n.
$174.30 A-eti.
92<J0Ar«b.
Csrnrmtclal
iMortsoe
1 MoneVyRJU
2 WMtyRtt*
$Oaily Rtta
fsT-Tfld f-«»T»—.t6»i—nJU
SumTotalAllGroup0:
Pmp»r*0By.
T*nyByr»*».CPPO
4/12/00
RawelRilta
9747.00 /Mb.
9174.10 r»*a.
924.M Nttl.
$140.20
91.t02.10
9*1/maw**-
Ramiitt
9747 JH Aran.
3174JO Arab.
$24JOArab.
040.10
Self Insurance
R«MtlRtto
$747.00 Aretl.
$174.30 Arab.
924.00 Artf),
$04020
|9i.tM.4a]
Enforprlt*LOOtlno Company
tttto M.Konlill Drive.9««o 409
MUnu.R.J>170
qROUPOt
WWPfl;'rMrtattoorfcrCste:
Ual MOI*|t)iModtltiyyoB(*)bMdto
lMe«dtto«usprr:
pltts
HIQ
mo
'WOT
HIQ
HprMM XfS£
Bidder*amnquMd tobtf eachcf!»
rtmal sun for toe Urn Kr*y**r*
Bitototto*Onontoy.««otWy.dairy)
par »tr«o>.batedepu tooeietiod el
ifttwriOd proposed by to*pruapeeUve
commercial
Intertnee
P.l«t»g Ptmt1H«rt
tatf tolerant*
pwalRale
WO rwah.
K/Q Arab.
NO Arab.
1 MoruWyRtto
2 Wendy Rat*
30**/R»1a
**""•»wtT».a»
6*1trt an raasbed tobidead»o»t*
raattf WM fef »0 twd sad rewtn
yaara MMd brioM pnenOVy.-e*Wy.
cat/)per varacto.bMtd Upon B*
matood of icistiaab OtopOted by *>*
protpectrotaWsf
1 MOAWyRtlO
2 Week*Ret*
3Oaily Re*
Sum TotoJ All Croup D
M/O A.*h.
K/Q Aran.
WQ **"-
Commercial
bttursat*3*{llat«raaca>
aMfiutrtote
NO
WQ
KfQ
RtaUIRxte
/vert
rUO Aran-
•UQ Aran.
NIQ Aran.
wa MO
K/Q N/O
AWARD SHEET
Bit)NO.04-03-104
RENTAL OP VEHICLE9 -ClTYWOE
CROUPE:
CUUBDLtJfjni.
RoyalRentACarSyatoma of
Floritfavme.
SASONW Sou*RhrarDrf**
Maml.Fl 93142
KltPertC/DeO"*
1
GROUP E:
fjltaaociijjaaa:
Ul Hak*{tVModtH»y«eBda)bfddtr
tntondatotuspty:
Mita
1 Ford
2Cfcrystar
3 Dodge
4
..>^lddsr»anr«vikMi».bi9Men.o$ttei.
cenbd nave fortbe ftfst tore>peer*
Gxtod below Orantaty.weekly.dtOy)
patyoMcto,baseduponOta nednd of
iaturtng proposed by be pnseccsve
OKWer;
Entotpriso Loaotnej Company
11440 Ml Keodal OftVe.Soila *OS
Uaroi,FL 33171
Utt Mikt(tyHodetttyYtt«tt)voder
(ntendtbittpsV
Make
iDodsa
J fed
3 Maria
4Chrysler
Modttfei xm
Cars***2000
FfWttV 20M
MPV 2000
T<r*r.»COufliy 2000
_.^Bd*rv*»r*s»N*tobit-*o£h.ctc>*—
rental met torto*««me yarn
Otted bekw (oxMiddy,wteMy.doHy)
peryehlOA bated iipoatoo roetood of
tMortog proposed bytoe prosp*e8»e
Mfdar
Cemmftiti
trttutartc*
Motattrt Vajr
rretttar JO03-2OM
TOwnACouOby 2009-2000
Cartvafl 2O0MOO0
Coftantrslal
tnawenca
ffljdrm;RtiHtlRat*
1 MonWyRile
2Weekly fltle
3 Baby Rat*
SelftMartrte*
WaattlWtte Pjlslaa;R.«t*IRi«*
IktoreVyRala
3 Weekly RtK
3DalyRate
«*"Mrhi
Bitter*trt rooyrtd to M **ct>of »•
rentalratalfor toe thirdandfourth
yeata tued betow Omtoty,weekly.
daOyi per Ttbtda.based usoa die
mcttod of kowtna pnposed by tie
prospectivetetter
PritUoi
iUMttttyRtla
aWaatfyfUie
3 Oafty Rata
3AXM f «n>f.«r.lOrfw*II-
Sum TotalAH Group E:
Pieparao Of.
Tony Bymee.CPPB
4/17/Df
STO.OOrVt*.
9103.BON4K.
920.27 ArtK
fTUOO Arab.
2113.19 AMD.
$2027 Nen.
*»i»w »w'Tr,'i"lti*inrf ff
BrdSerteto r*outo)d to b*l M(k or uw
rentalralesfortoethirdendfourth
yaara M>et betow faartltf,weekly.
dally)par vehicle.Bated boon to*
(Mftod of tosicilng proposed by toe
pfotpecBVeokMtr.-
9750.00 A<*k.
9210.00 AW).
930.00 At*.
9000,00
Camofclal
fntwanoa S**latereoca
RtntolRal*jJlpbUSllB PtWrtr.
9709.00 Arab.
9193.00 Arab.
929.27 Arab.
9700.00 N«.
9193.90 Aran.
924.27 AW-
1 MponyRtto
2 WaektyRata
JOaiy Rato
IMJ.1B 9 090.10 eua,r*M fa taY.nr.irwmri ll:
S1.SBQ.32 |9tJBM.3l|Sum Tolal AllGroup E:
Coaanaretti
(neurance
RtatttRat*
9a11.ee rtrcn.
9324.70 Neil.
9*2.10 Amu.
91.007.99
natytt
Sodi
H.RfltlWM.
Hid **n.
RJQ Mfl.
K/Q A>«0.
Belfritsursnce
Rental Rtl*
K*2 Arttl.
N/Q Arab.
HIQ Arab..
wo
HIQ
AWARD SHEET
8fDNO.04*03>104
PXNTALOFVEHICLES .CfTVWDE
GROUP F:
Stiiwnrii^agii.
Utl UaWtVModetiyvtant)bidder
weoditot«opiy:
1 (.Inooia
2 Cadt«*e_^^„
}Coatac
4 Lincoln
Entorpmo Leasing Company
11*40 N.Kandat Dave,Ogtte*09
MiMni,n.33«70
UfidjiU y»tr
TOwapsr 200S-2000
CT9 ___2OOM000
07$2009-2009
IS 2005-2000
0"«W«•*»»*oy«*d to **J *et*ol Ote
ranted rale*for ON Itm MO year*
tttod betow OrMfet.-»**-*/.deny)p««cfo(Ie.beMd «p»«»t tottood ol
ktrafc*pfepoMd by to*protpettve
bidder
C**nmtrcbl
toev/arH*
Prttmo?Wt/nH'l t*»tt
1 MeirintyRtto
2 Weekly Rate
3 Doty «*!♦
Bktdert era retrttd tobid each of »a
rental ratos forOnthirdand *****
yeara ttlad bekw (roondilr,weekly.
dauy)per veaid*.basedupontoe
netood of Insuring pmpeeed by •*
prpspadlwabiooer.
9939.00 A*».
$210.7$Ntn.
JJU5 Arab,
aetlbwwsMO
ft"*'"—
Nrtt Ann
MO AWl.
MrQ A>*h.
CoreentfcUl
iaaoranca
PrletnoB PltltUIRltl
t MoalNyRM
aWctkJrRtte
3 Oaly Rtl»
f/Ml'H ***»"•*•—«*•*«**rV
Sum TotalAHGroupP:1
EXCEPTIONS:
No UMfltuttd btotorlalCevtrsp*btcleded
Prepared Oy
7*nyByib*«.CPPa
4/12/00
9009.49 Aran.
9234.00 A**n
993.4}Aran.
91.190.94
92J4SJ4I
rWtolftua
MO Aran.
H/Q An*.
•KVQ Aran.
NO
HO
GROUP Ft
awareY 1-lirtKry;
RoyalRtm A CarSVeteme of Pen**,toe.
STOIW Sou*River Drive
tMrOl.Fl 33142
Klt«t4ie/DadO
Ul u*k*iyvM«(tyYo«rf>)
Mtandatowspa/
bkUM
Maju Mndtftl veer
tkiMk 639 2000
ZLboato ibwicef 2000
Bidden tt*rtcunredto Wd «0e»ol «•
(•AW r*l*a tor toa Brat two year*
bledbetow (monairy.weekly.<tHy)
pommel*,oeeed lewnOieweOiodor
'rtfcNtoo proposed bytoe proipecfy*
bidder:
Commersltl
tosatanca
GBURK Bssmaait
t Moanryflata
awatsiyRu*
3 DalyRat*
Oooerttr»ratpar*d to btt cadi of B»
notal itttt for »«»M and fourth
yaara bated b*tow (noatoly.«**k»y.
Offity)per v4*Okx bated Veen toe
axttod of ie»t<ng proposedbytoe
proipectVeBlddor:
9*30.00 Area.
9217.00 Arab.
931.00 Nan.
91.17100
Prickies
1 MonOwyRtio
2 Weekly Rale
OQptyRpI*
RtatalHaW
t>t-«l a***.**—lew—«1|:
Sum Total AD Group F;
9930.00 fvek.
9217.00 Art*.
931 J»Arab.
$1,171.00
*tr»t*.oo
SetflMWtaea
RtnWR.t*
JOM.OONeh.
$217.00 Nan.
991.00 rv«n.
$1,178.00
Setftaswance
f^lHO**
$03000 Aran.
$217.00 Area.
1)1.00**0.
ti.ira.ao
fl.3M.00
2.0 SPECIAL CONDITIONS
2.1.PURPOSE
Itisthe intention ofthe City of Miami to establish atermcontractforthe
furnishing of rental of vehicles,to include compact,midsize sedans,full-
size sedans,newsport utility vehicles,sporty/sports cars,pick-ups,vans
and luxury vehicles onanas needed,when needed rental basis,citywide.
Thecontractshallincludecompleteinsurancecoverage(asindicatedin
Bid Form,Section 4.2).
2.2.DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/
CLARIFICATION
Any request for additional information or clarification must be received by
nolaterthanthedate specified onthecoversheetofthis solicitation.
Bidders may fax,or email theirrequeststo the attention of Terry S.
Byrnes,Sr.Procurement Specialist atthe City of Miami,Purchasing
Department by facsimile number:306-416-1925 or e-mail:
tbyrnes@ci.miami.fi.us.
2.3.TERM OF CONTRACT
The Contract shallcommence upon thedateof notice of award andshallbe effective for
two years with the option to extend for two additional one (1)year periods,subjecttothe
availability offundsfor succeeding fiscalyears.
Continuation ofthecontract beyond the initial period isa City prerogative;nota right of
the bidder.This prerogative will be exercised only when such continuation is clearly in
the best interest of the City.
2.4.CONDITIONS FOR RENEWAL
Each renewalofthis contract is subject tothe following:
a)Continued satisfactory performance compliance with the specifications,
terms and conditions established herein.
b)Availability of funds
In theeventthe Successful Bidder(s)is/areunabletoextendthecontract
for anysubsequent period under the above conditions,or for whatever
cause,advance written notice and explanation mustbe submitted tothe
Chief Procurement Officer,nolaterthanninety(90)days priortothe
annual expiration date.Such notification is subject tothe acceptance of
the City,orthe Successful Bidder(s)maybe found tobe in default.
2.5.BIDDER'S MINIMUM QUALIFICATIONS
The following arethe minimum qualifications bidders must possess in
order tosubmitabid.Failuretomeetthe minimum qualifications listed
below shall be cause forthe City todeem bidder's bid non-responsive.
Bidder shall:
a)Have its facility/ies located within the City of Miami or Miami-Dade
County in order to expedite the provision ofthe required services as
specified within this solicitation.The City reservesthe right to visit the
facility of bidder(s)to determine if bidder is responsive to this IFB
regarding its facility prior to bid award.
b)Be regularly engaged in the business of providing goods and services
as described inthis Bid;thathavearecordof performance fora
reasonable periodof time;andthathave sufficient financial support,
equipment and organization to insure that they can satisfactorily provide
the goods and/or services if awarded a Contract under the terms and
_,-conditions hecein^tated——•-
c)Not haveany member,officer,or stockholder thatisinarrearsoris
in default ofanydebtor contract involving the City,isa defaulter surety
otherwise,uponany obligation tothe City,and/orhas failed to perform
faithfully onanypreviouscontract with the City.
d)Havenorecordof pending lawsuits or criminal activities,andhave
never been declared bankrupt.
The term "equipment and organization"asused herein shall be construed to mean a fully
equipped and well established industry as determined bythe proper authorities ofthe
City of Miami,Florida.
2.6.FIXED AND FIRM PRICING WITH PRICE ADJUSTMENT (3W and 4th contract years)
Biddersare required to bid fixed and firm pricing for each oftherental
rates (daily,weekly,monthly)indicated onthe Bid Form forthe first two
yearsandmayadjust pricing onthelast two option torenewyears.Pricing
onthe third andfourthyearshallalsobe fixed and firm.
2.7.METHOD OF AWARD
Themethodofawardforthisbidisto.atamaximum,thethree(3)lowestresponsive,
responsible bidders)when adding the vehicle monthly,weekly,and daily rate for each of
the category and arriving toan overall lowest four (4)year total ona group by group basis
or in the aggregate under the commercial insurance or self insurance vehicle rental rate
plan.Bidders must bid on all categories listed under a particular group tobe considered
foraward.Itisalso mandatory for bidder tosubmitvehiclerentalratesfor Group Afor
awardconsiderationfortheother remaining particulargroups (B-F).TheCityof Miami
reserves the right to award bid tothe three (3)lowest responsive,responsible bidders),if
applicable,basedonthe insurance plan or any combination thereof,including,but not
limited to,bidders)under the two different insurance plans,if deemedtobemost
advantageous andinthebest interest ofthe City.
2.8.BID BOND
All responses shall be accompanied by a Certified Check,Cashier's Check or Surety
Bond intheamountof $5,000.00,payable tothe City of Miami and conditioned upon the
successful bidder submitting the specified Performance Bond within ten (10)days
following notice of award,in the form and manner required by the City.In caseoffailure
or refusal todoso within the time stated,the security submitted with the bid will be
forfeited as liquidated damagesbecauseofsuch failure or default.
Bid Bond will bereturned(exceptthethree(3)lowestbidders)within ten
(10)daysafter Contract Award bythe City Commission,and/or receipt of
an acceptable PerformanceBond from thecontractor.
The City of Miami reservesthe right torejectanyand all security tendered
to the City.
NOTE:(1)The bonds required above shall be issued by companies authorized todo
business under thelawsofthe State ofFloridawitha general policyholders'ratingofno
less than "A"andtheamountofanyrequiredbondshallnot exceed 5%ofthereported
p0fo^hotoBrs.-SUrp,U8--^
publishedby Alfred M.Best Company,Inc.
2.9.PERFORMANCE BOND
Thebiddertowhomacontingentawardismadeforthis commodity shall
duly execute and deliver
tothe City aPerformanceandPaymentBondinanamountequalto five
hundred thousand dollars($500,000).the approximate annual valueof
thiscontract.The Performance and Payment BondFormsuppliedby the
City shall bethe only acceptable form.The completed form shall be
deliveredtothe City within fifteen (15)calendar daysafterawardbythe
City Commission.If the bidder fails to deliver the Payment and
Performance Bond within thisspecifiedtime,including granted extensions,
the City shalldeclarethe bidder indefaultofthecontractualtermsand
conditionsandthe City shallhavejust cause fortheannulmentofthe
award andtheforfeitureofthe Bid bondtothe City,whichforfeitureshall
be considered,not as apenalty,butin mitigation of damages sustained.
Awardmaythenbe made tothenextlowestresponsive,responsible
Bidder or all bids may be rejected.
2.10.FLORIDA MINIMUM WAGE
The Constitution oftheStateof Florida,Article X,Section24.stales that employers shallpayemployeewages
nolessthanthe minimum wagefor atl hours worked in Florida.Accordingly,itisthe contractor's andits'
subcontractor's responsibility to understand and comply with this Florida constitutional minimum wage
requirement and pay its employees the current established hourly minimum wage rate,which issubject to
change oradjusted bythe rate ofinflation using theconsumer price index for urban wage earners and clerical
workers.CPl-W,orasuccessorindexas calculated bythe United StatesDepartmentof Labor.Eachadjusted
minimum wage rate calculated shallbe determined and published bythe Agency Workforce Innovation on
September 30m ofeach year and take effect onthe following January 1*.
Atthetimeofbid,itisbidderandhis/hersubcontractor(s),ifapplicable,full responsibility
to determine whether anyofits employees may be impacted by this Florida Law atany
given point in time during the term of the contract If impacted,bidder must furnish
employee name(s),job title{s),job description(s),andcurrentpay rate(s).Failure to
submit thisinformation at thetimeofbid constitute successful bidder's acknowledgement
and understanding thatthe Florida Minimum Wage Law will not impact its bid prices
throughout the term of contract and waiver of any contractual price increase request(s).
The City reserves the right to request and successful bidder must provide for anyand all
information to make awageandcontractualpriceincrease(s)determination.
2.11.NON-APPROPRIATION OF FUNDS
In theeventno funds or insufficient funds are appropriated and budgeted
orare otherwise unavailable in any fiscal period for paymentsdue under
this contract,then the City,upon written notice to Successful Bidder(s)or
his assignee of such occurrence,shall have the unqualified right to
terminate the contract without any penalty orexpensetothe City.
2.12.SERVICE AND FACILITIES
The contractor shall maintain and/or operate a service/repair facility within
the jCLty^sLWiam^-,.shaJL .&ovJde
7easonably prompt service "and/or repair for City rental vehicles,as
needed.Service and repair required dueto ordinary wear,mechanical
malfunction or manufacturer defect shall bethecomplete responsibility of
the contractor.Otherservice and/or repair asmaybe required shall be
covered by the Insurance Policies of the Contractor as detailed below,
subject to the deductible selected by the City of Miami.Additional service
requirements shall beas stipulated in the Specifications.
2.13.INSURANCE
Determination of award will bebased,in part,uponthelease/rentalrate
having Insurance Coverage that is most advantageous to the City.
Bidders are required to bid onthe insurance option(s)summarized in
Section 2.15.
2.14.DELIVERY
Successful Bidders shall specify onthe attached Bid Response Form the delivery time (in
calendar days)foreach vehicle.
Point:Automobiles will be picked upbydesignated City personnelatthe
Successful Bidder's facility.
2.15.INSURANCE REQUIREMENTS
Determination ofaward will bebased,inpart,uponthelease/rentalratehavingInsurance
Coverage that is acceptable tothe City.Bidders are required to bid onthe insurance
option(s)summarized on the Bid Form.The bidder shall furnish to City of Miami,c/o
Purchasing Department,444 SW 2nd Avenue.6*Floor.Miami,Florida 33130,
Certificate's)of Insurance which indicate that insurance coverage has been obtained
whichmeetstherequirementsas outlined below:
COMMERICAL INSURANCE POLICY
1.Commercial General Liability with limits ofatleast $1,000,000 per occurrence,
$2,000,000 aggregatefor bodily injury and property damage.
2.Automobile Liability Insurance covering all rental/owned/leased/hired vehicles usedin
connectionwiththeworkinanamountnot less than$1,000,000 combined single
limitsforbodilyInjury and property damage.
3.Comprehensive and Automobile Physical Damage -with a deductible
of$100peroccurrencefor losses as aresultofother than collision and
collision.
in i I A•7 I I ftft7
4.Worker's Compensation-As defined insection440.107(2)FS.
The City must be named as additional insured.BINDERS ARE
UNACCEPTABLE.
SELF INSURANCE PROGRAM
The City will consider a Qualified Self Insurance Program,in lieu ofa
commercialinsurance policy,which meetsor exceeds the coverage as
specified above.The City will atitssole discretion be entitled toacceptor
rejectthe respondent's SelfInsuredProgram.
Theinsurancecoverage required shall include those classifications,as
listedinstandard liability insurancemanuals,which mostnearlyreflectthe
operations ofthebidder.
All insurance policies required aboveshallbeissuedbycompaniesauthorizedtodo
business under thelawsofthe State ofFlorida,withthe following qualifications:
The Company mustberatednolessthan "A"asto management,andnolessthan "Class
V as to financial strength,bythelatest edition ofBest's Key Rating Insurance Guide or
acceptance ofinsurancecompanywhichholdsavalidFloridaCertificateof Authority
issuedbytheStateof Florida,Department of Insurance,and Qre membersofthe Florida
Guarantee Fund.
Certificates will indicateno modification or change in insurance shallbe made without
thirty (30)days written advancenoticetothe certificate holder.
If bidding SelfInsurance,prospectivebiddershould include acopyofcurrent Certificate
of Self
Insurance.Certificates will indicateno modification orchangein insurance shallbe made
without thirty (30)days written advance noticetothe certificate holder.
NOTE:CITYBIDNUMBER AND/OR TITLE OF BIDMUST APPEAR ONEACH
CERTIFICATE.
Compliance with the foregoing requirements shallnot relieve thebidderofhis liability and
obligation under thissectionorunderanyothersectionofthis Agreement
-If insurance certificates are scheduled to expire duringthecontractualperiod,the
Biddershallberesponsiblefor submitting new or renewedinsurancecertificatestothe
Cityata minimum often (10)calendardaysinadvanceofsuch expiration.
-In the event that expired certificates are not replaced with new or renewed
certificates which cover the contractual period,theCityshall:
a.Suspend thecontract until suchtime as theneworrenewedcertificatesarereceived
bytheCityinthe manner prescribed inthe Invitation For Bid.
b.The City may.atitssole discretion,terminate thiscontract for causeandseekre-
procurement damages from the Bidder in conjunction with the General and
SpecialTerms andConditionsofthe Bid.
TheBiddershallberesponsible for assuringthattheinsurancecertificates required in
conjunction with this Section remain in force for the duration ofthe contractual period;
including anyand all option terms that maybe granted tothe Bidder.
INDEMNIFICATION
Bidder shall payonbehalfof,indemnify andsave City andits officials harmless,from and
-against-any and all clatmsr liabilities:losses,and causes of eciicFvvvhich'may-ariseout ef
bidder's performance under the provisions ofthe contract,including all actsor omissions
toactonthepartof bidder,including anyperson performing underthis Contract for oron
bidder's behalf,provided thatanysuch claims,liabilities,tosses and causes ofsuch
actionarenot attributable tothenegligenceormisconductoftheCityand,from and
against any orders,judgmentsordecrees which maybeenteredand which mayresult
from thisContract,unless attributable tothe negligence ormisconductofthe City,and
from andagainst all costs,attorneys'fees,expenses and liabilities incurred inthe
defense ofanysuchclaim,orthe investigation thereof.
OTHER INSURANCE PROVISIONS
1.Discretionary Use:
TheCityof Miami PoliceDepartmenthasan established policyagainst
the use of nonowned,unmarked investigative vehicles as part of a
tactical mobile fieldforce.This does not preclude the use of an unmarked
vehicle for assignment to perimeter posts or as originally intended as
undercover vehicles necessary forintelligence gathering onor near the
area of civil disturbance.
As such theCity of Miami,agrees that use ofa vehicle provided under this
agreement inviolation of thepolicepolicy will be caused forcontractorto
seek payment for the damage vehicle.
The City will have the first right to inspect andrepair the damage vehicle.
The contractor will have the right tosubrogationand pursue all avenues
of collection before presentinga reimbursement request for the
deductible amount.
2.Claim Monitoring:
TheCityofMiamirequires full defense bythecontractorforallclaims,
and the Risk Management Liability Section shallmonitorallclaimfiles.
3.Depreciation:
The Cityshallnot pay any depreciation forany rented vehicles.
2.16.METHOD OF PAYMENT
Payment will be made upon receipt of invoice in thirty (30)days arrears.
2.17.ADDITIONS/DELETIONS OF FACIUTIES/ITEMS/PRODUCTS
Although this Solicitation identifies specific facilities/items/products to be serviced,it is
hereby agreed and understood that any City department or agency may be
added/deleted to/from this contract atthe option ofthe City.Whenan addition tothe
contract is required,the successful bidder(s)under this contract shall be invited to submit
price quotes for these new services/items/products.If these quotes are comparable with
market prices offered for similar services/items/products,they shall be added to the
,._MOtracl.wNci^ver..is-ia.^
purchase order shall beissuedbythe City.
2.18.CONTRACT ADMINISTRATORUponaward,Successful Bidder's)shall report and work directly with Terry Byrnes.
CPPB.who shall be designated as the Contract Administrator.Upon award,successful
bidder(s)will work directly with the department contract administrator or designee.
2.1$.EQUALPRODUCT ,
Selected manufacturer's names,brand namesandmodelsareused in these
specifications for the purpose of establishing minimum requirement of level of quality,
standards of performance and design required for vehicles tobe used and are in no way
intended to prohibit the bidding of other manufacturer's vehicles of equal quality,unless
otherwise indicated.Equal (substitution)maybe bid.provided product sobidis found to
be equal in quality,standards of performance,design,etc.to item specified,unless
otherwise indicated.The City of Miami shall havethesole discretion asto what
manufacturer's brand andmodelis considered equal product.
2.20.ADVERTISING
No emblem,logo,tagor other device or design promoting the contracting
firm maybe affixed in any manner to any vehicle furnished under this bid.
2.21.TIE BIDS
WhenevertwoormoreBids which areequal with respectto price,quality andserviceare
received by the City for the procurement of commodities or contractual services,a Bid
received from abusinessthat certifies that ishas implemented a drug-free workplace
program shall be given preference in the award process.Established procedures for
processing tie Bids will be followed if none of the tied bidders have a drug-free workplace
program.In order to have a drug-free workplace program,a business shall:
a.Publish a statement notifying employees that the unlawful manufacture,distribution,
dispensing,possession,or use ofa controlled substance is prohibited in the
workplace and specifying the action that will be taken against employees for
violationsof such prohibition.
b.Inform employees about the dangers of drug abuse inthe workplace,the business'
policy of maintaining a drug-free workplace,any available drug counseling,
rehabilitation,and employee assistance programs,andthe penalties that maybe
imposed upon employees for drug abuse violations.
c.Give each employee engaged in providing the commodities or contractual services
thai are under Bid acopyofthe statement specified in subsection (a.).
d In the statement specified in subsection (a.),notify the employees that,as a<»n1itjon
of worWng oi the commodities or contractual services that are under Bid theemotoveewSabidebythetermsofthestatementandwillnotifytheemployerofanycSondorpteaofguiltyornolocontendereto,any violation of Chapter 893 or7an7««frolted substance law of the United States or any state,for aviolaton
occurring in the workplace no later than five (5)days after such conviction.
a Impose a sanction on.or require the satisfactory participation in a drug abuseSterol"rehabilitation program.If such is available *i the employees
community,by any employee who is so convicted.
"T'ltate a^a•W'rae workplace through
implementation of this section.
222SERVICEAND FACILITIES ,,.The successful bidder*maintenance facility shall be located no more than
within a five (5)mile radius from the boundaries of the City of Miami andSprovidereasonablypromptserviceand/or repair for City rental
vehicles as needed.Seivice and repair required due to ordinary wear,
mechanical malfunction or manufacturer defect shall be ttw complete
responsibility of the Successful Bidder(s).Other service and or repair asmayberequiredshallbecoveredbytheInsurancePoliciesofthe
Successful Bidders)as detailed below,subject to the deductible setected
by the City of Miami.Additional service requirements shall be as
stipulated in the Specifications.
2"23'^Nsuc?ess1Il'wdeT shall agree to comply with any confidentiality requirementsStetSbythe«S.if applicable,and successful bidder's personnel shall comply
with same.
22A uiSSEL warranties on vehicles covered by this contract fall be
considered,whereas successful bidder shall obtain warranty schedulesandcalluponmanufactureforwarrantyclaims.Bidders are requestedI to
bid credits for those months where warranties are in effect reducing the
scope ofthe contract.
"5'K*bid'nfilsfbe accompanied by alist of references,which shall include the name of^^mn^dltefof contract description of contract,a contact person and the{efeptaTnlb^NO BIOmL BE COflSIDERED WiTHOUTTHtS LIST (See Secton
4.3,Page2of2).
2 26 FAILURE TO PERFORM /LIQUIDATED DAMAGESShoulditnotbepossibletoreachthesuccessfulbidderorsupervisor and/or shoudrti^lri^rSto taken within 48 hours of any failure to perform according toZSt^^C*reserves the nght to ^^r!^lll^m S £2contractormakeappropriatereductionsinthecontract^^Z^TlUiomamountestablishedinthebidformforeachvehiclepergroupandcategory,not as a form
of a penalty,but as mere compensation for the loss of required vehicle.
SOUTHMIAMIRATESTRUCTURE
Theratesforthestatecontractareonthetermthatthe1*2yearsarenegotiatedwiththeoptiontoextendfor2additionaloneyearperiods.
Feb,28.20O7 7:15PM ENTERPRISE
Enterprise
rentacar
11440 N.Kendall Drive #405
Miami,FL 33176
Phone:(305)702-4546
Fax:(305)412-1297
No.2673
Date:sAj^
To:LA fiofr-sj
Company:§oJ5^j22i^
Total Kumber ofJ>aigesJincl^
•Cdmments:
please call me direct with any questions you may
I look forward toyour response.
We appreciate your business.
fio\MZ Wright
Local Corporate Account Manager
South Florida Region 41EE
have ore-mail me at:«*"*wriqhtifterac.com
Enter
South Miami Police Dept.
Enterprise Rent-A-Car
FLEET MANAGEMENT PROPOSAL
December 1,2006
/
Citv of South Miami Rental Agreement
TERMS
Beginning December 1,2006 through December 1,2007.Upon mutual consent this agreement may be
extended for an additional years.All terms and conditions to remain the same,rates subject to increase in
accordance withthe preceding years Consumer Price Index.
CARS TO BE PROVIDED
Enterprise will provide a selection of cars,SUVs,trucks,and vans from which City of South Miami may
choose.This selection will be classified in groups for pricing.During the terms ofthe agreement,City of
South Miami may exchange vehicles at any of our 125 locations in South Florida within the pricing groups
at any time.If at any time a vehicle is disabled due to mechanical or accidental reason,a replacement or
exchange vehicle will be issued immediately.Enterprise has the largest variety of makes,models,and
colors of any rental company in the industry and we will make every effort to get the exact Vehicle City of
SouthMiamirequests.
MAINTENANCE
Enterprise will maintain the vehicles provided under this agreement both as to mechanical repairs and
routine maintenance.When an agreement vehicle is down for service,a replacement or exchange vehicle
will be provided at no additional charge while the vehicle is repaired.It is required for City ofSouth Miami
iftherentalvehiclesarereturnedfor routine maintenance free of chargeevery4,500to5,000miles.
INSURANCE
GENERAL
Enterprise recognizes that "City of South Miami"isa pseudonym for a multi-jurisdictional task force
comprised of personnel from various law enforcement agencies,which governmental entities are self
insured under appropriate state and federal laws.Itis the responsibility of City of South Miami participants
to see that the risk management department of each agency/department is made aware of this agreement
anditsobligationsundersuch.
OPTION A
Enterprise will assume responsibility for damages to the rented vehicle.City of South Miami will be
responsible for only the first $250 in damages to the rented vehicle per accident or occurrence.This will
apply to Classes I,II,III,$750 for Class IV.Enterprise will provide third party liability coverage with
limits of$100k/$300k/$50K.
OPTION B
The City of South Miami participants may rent from Enterprise Rent-A-Car under the terms that each City
of South Miami participant will be responsible for all damages to the rental vehicle per accident
occurrence.Proper certification needs to be placed on file for all coverage's,inclusive of all third party
coverage's.
ORIGINAL RENTAL TICKETS
Each City of South Miami employee or agent will sign the original rental tickets.Since Enterprise rewrites
our rental tickets every (30)thirty days and no City of South Miami employee oragentwillbe available to
sign the rental tickets,we agree the term "signature on file"will constitute a legally binding signed
agreementbetweenourrespective organizations.
/MILEAGE LIMITATIONS
Unlimited mileage within the State of Florida,specialty vehicles are limited to 2,000 miles per month after
which City ofSouth Miami would be responsible for 39cents each additional mile
CONFIDENTIALITY
Given the nature ofthe use ofthese vehicles,Enterprise is fully aware ofthe need for confidentiality and
will do everything inits power to ensure the same.
VEHICLE USE:.It is understood and agreed that vehicles rented under this agreement are intended for undercover
investigation and surveillance.Vehicles rented under this agreement are not intended for use in a chase or
apprehension,or transportation of suspects under arrest.
CAR CLASSIFICATIONS
Car Class I Make
Chevy
Dodge
Pontiac
Chevy
Model
Malibu
Stratus
Vibe
Malibu (max)
Car Class II Chevy
Chevy
Ford
Impala
MonteCarlo
Taurus
GMC
Ford
Canyon
500
Car Class III Chevy
Chevy
Jeep
Ford
Chevy
Ford
Silverado
Trailblazer
Grand Cherokee
Freestyle
Uplander
•F150
Car Class IV Ford
Infinite
Expedition
G35
Make Model
Ford Focus
Toyota Corolla
Nissan Sentra
Chrysler PT Cruiser
Pontiac Grand Prix
Chevy HHR
Nissan Altima '
Dodge Dakota
Ford Explorer
GMC Envoy
Ford Freestar
Dodge Caravan
Dodge Ram
Chevy Tahoe
RATE STRUCTURE
'
Insurance Insurance
Ontion "A'»Ontion "B"
Car Class I $759.99 $731.58
Car Class II $779.99 $745.00
Car Class III $799.00 $774.87
Car Class IV $875.00 $804.85
*A Minimum of 3 vehicles must be on rent at all times to make these rates available.
USE OF PSEUDONYM/FICTITIOUS CORPORATE NAME:
Itis the agreement of the parties that use the pseudonym City of South Miami shall be deemed to refer toa
task force of personnel from various law enforcement agencies/departments.Itis the responsibility of the
Task Force to provide notice of the terms of this agreement to all members ofthe Task Force commonly
referredtoasCity ofSouthMiami
NOTICE
Any notice byeither party to the other shall be mailed via U.S.Mail,certified with return receipt requested,
orbyacourierservice,whichprovidesreceiptof delivery.
Notice to Enterprise shall be delivered to 11440 N.Kendall Drive,Suite 405,Miami,Fl.33178.
Attn:Donell Henry,RegionalVice-President
TERMINATION
Either Party may terminate this Agreement unilaterally with (30)thirty days written notice given to the
other partyatanytime.
AGREED AND ACCEPTED.
CityofSouthMiami Enterprise Rent-A-Car
Name Donell Henry
Title -Regional Vice President
JDate Date
Option Agreed