Loading...
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