1THE CITY OF PLEASANT LIVING
TO:
FROM:
DATE:
SUBJECT:
BACKGROUND:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The Honorable Mayor & Members of the City Commission
November 3,2015 Agenda Item No.:L
Steven Alexander, City Manager
A Resolution authorizing the City Manager to purchase two
2016 Toyota Prius from Alan Jay Toyota Import Center, dba
Alan Jay Toyota, Inc., by piggybacking off its agreement with
the Florida Sheriffs Association Contract.
The Parking Division in a coordinated effort with the Clerk of
Courts, are recommending to utilize a License Plate Recognition
(LPR) System to identify and apprehend Miami-Dade County
scofflaws and vehicles otherwise subject to impoundment and
immobilization as determined by the Clerk of Courts and the laws of
the State of Florida and Miami-Dade County, including vehicles
displaying a stolen, fraudulent or unauthorized license plate and
stolen vehicles. The LPR System is a very effective tool in
detecting and capturing revenue from scofflaws and stolen
vehicles. The Miami-Dade County Clerk of Courts funds all
acquisition costs associated with the purchase and subsequent
maintenance of the LPR System.
The City is recommending implementing a License Plate
Recognition (LPR) System however, the GEMs do not have the
battery capacity to fully power and operate the LPR system.
Therefore, a new full size vehicle with the ability to support the LPR
system is needed. The vehicle will be used for many parking
related activities.
For several years the Building Department staff has been driving
"hand-me-down" old CSM police vehicles to perform their routine
assigned City duties. The department's currently assigned vehicle
is a 17 years-old gas guzzler Ford Crown Victoria, with more miles
than recommended by OSHA guidelines and multiple on-going
mechanical problems. Its proposed replacement, a new "Hybrid 4-
door Administrative Vehicle" as per standard FSA's specifications,
will be primarily used on a daily basis as official staff transportation
to multiple construction sites throughout the City, to conduct
THE CITY OF PLEASANT LIVING
AMOUNT:
ACCOUNT:
ATTACHMENTS:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
mandatory field inspections as required by the department's routine
job assignments.
Both new vehicles include a 5-year extended warranty. The
purchase will be made through a piggyback agreement~from the
Florida Sheriffs Association Contract No. 15-23-0904. •
Not to Exceed $50,000
Parking Division to 301-1410-513-6440 with a balance of $25,000.
Building Department to 301-1610-524-6440 with a balance of
$25,000. City funds from the C.I.P. Accounts will be used for the
purchase.
Resolution
Quotations (2); Parking & Building, Alan Jay Toyota, Inc.
Florida Sheriffs Association Contract No. 15-23-0904, Specification
#17, Hybrid Vehicles
Toyota Prius c MPH Analysis
Piggyback Agreement
Sun Biz Registration
1 RESOLUTION NO: _____ _
2 A Resolution authorizing the City Manager to purchase two 2016 Toyota
3 Prius from Alan Jay Toyota Import Center, dba, Alan Jay Toyota, Inc., by
4 piggybacking off of its agreement with the Florida Sheriffs Association
5 Contract.
6 WHEREAS, the City wishes to purchase two vehicles to support the parking
7 enforcement operations and a planned License Plate Recognition (LPR) system and a
8 vehicle for the Building Department to support their operations; and
9 WHEREAS, the Florida Sheriffs Association, after completing a competitive
10 bidding process, awarded a contract to Alan Jay Toyota, Inc., as an authorized dealer for
11 the Toyota Prius.
12 WHEREAS, the City reviewed vehicle specifications published by the Florida
13 Sheriffs Association contract no. 15-23-0904 and determined the hybrid Toyota Prius
14 Model "c" would best fit the requirements of parking enforcement and Building while
15 providing the City with fuel efficient vehicles; and
16 WHEREAS, the expense for this project will be charged to the Capital
17 Improvement Budget Account; Parking Division to 301-1410-513-6440 and Building
18 Department to 301-1610-524-6440; and
19 NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF
20 THE CITY OF SOUTH MIAMI, FLORIDA;
21 Section 1. The City Manager is authorized to purchase two 2016 Toyota Prius
22 from Alan Jay Toyota Import Center, dba Alan Jay Toyota, Inc., through an agreement
23 that piggybacks off of the vendor's agreement with the Florida Sheriffs Association
24 Contract No. 15-23-0904 to support the parking enforcement operations License Plate
25 Recognition (LPR) System and, Building Department operations for a combined amount
26 not to exceed $50,000. A copy of the Piggyback Agreement is attached.
27 Section 2. Severability. If any section, clause, sentence, or phrase of this
28 resolution is for any reason held invalid or unconstitutional by a court of competent
29 jurisdiction, this holding shall not affect the validity of the remaining portions of this
30 resolution.
31 Section 3. Effective Date: This resolution shall take effect immediately upon
32 enactment.
33
34
35
36
PASSED AND ADOPTED this _ day of ___ -', 2015.
ATIEST: APPROVED:
Page 1 of2
1
2
3
4
5
6
7
8
9
10
11
12
CITY CLERK
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND EXECUTION
EXECUTION THEREOF
CITY ATIORNEY
Page 2 of2
MAYOR
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Harris:
Commissioner Liebman:
Commissioner Welsh:
Commissioner Edmond:
Call Us first, for all ofvour Fleet Automotive, & Lieht Truck needs. Quote
PHONE (BOO) ALANJAY (252-6529)
Qotpbra~l~o03 u.s. 27 Soutb
Otfi08 Sebring, FL 33870
REQUESTING AGENCY:
ORIGINAL QUOTE DATE:
CONTACT PERSON:
PHONE NUMBER:
FAX NUMBER:
DIRECT 863-402-4292
MOBILE 883-991-4893
FAX 863-402-4221
QUICK QUOTE SHEET
soum MIAMI. CITY OF
10/20/2015
STEVEN KULICK
305-663-6339
305-663-6346
FLORIDA SHERIFF'S ASSOCIATION BID #'s 15-23-0904 & 15-13-0904
WWW.ALANJAY.COM 4699-1
M.I!tng.I~.D. BOX 9200
Add ... Sebring, FL 33871-9200
PAGE ol
REVISED QUOTE DATE: 10/2012015
QUOTED BY ScoH Wilson
EMAIL SKULlCK@SOUTHMIAMIFL.GOV
www.flsherlffs.org
MODEL: 1203 ----'.0::::...--.2"'01,.".8' TOYOTA PRIUS C
SPECIFICATION #: ____ ,,',,'.-__ _
PAGE#: 249
BASE DISTRICT PRICE: __ -"$1".",4"',,,5,,,00,-__
seDAN
-All vehiCles will be ordered white wI darkest interior unless Clearly stated othelWise on purchase order.
FACTORY OPTIONS DESCRIPTION
0040 SUPER WHITE EXTERIOR
:p.:Y.~r:=:::~:::~:::~::::::~"·-"·-"· ·f.RQFlf:A~P':~g~f{9.b.B.E:![f.IbQ9EM~t.§~::=:::::::::::::::::::::::: .. _. $0.00
...::::::]~?~1I9.: .. _._
FACTORY OPTIONS $294.00
CONTRACT OPTIONS
:E~]_¥ll1M!i..~~~]:YM~~z~BM[~·~I~~U!~~51Rf.~~~I~~y'x~JL~l{rr:=:·~:.~=-~:::=.~:::::::~:.~=:::~::~=::=
CONTRACT OPTIONS TOTAL $4.525.95
NON-IDENTIFIED CONTRACT OPTIONS DESCRIPTION
NON-IDENTIFIED CONTRACT OPTIONS TOTAL $0.00
TOTAL COST $24,294.95
TRADE IN ., $0.00
TOTAL COST LESS TRADE INIS): QTY $24.294.95
Comments:
[ ----------
VEHICLE QUOTED BY: Scott Wilson FLEET SALES MANAGER scott,wilson@alanjay.com
"I Want to be YQJJJ. Fleet Provider"
I appreciate the opportunity to submit this quotation. Please review if carefully. If there are any errors of changes, please feel free to contact me at any time. I am always happy to be of
assistance.
FSA-SOUTH MIAMI, CllYOF-1203_ 4699-1.xlsm
I
Call Us 1l!..st, for all of your Fleet Automotive, & Light Truck needs. Quote
PHONE (800) ALANJAY (252-6529) DIRECT 863-402-4292 WWW.ALANJAY.COM 4472-3
O(ltP_o_nt~I~003 U.S. 27 South MOBILE 863-991-4693 M.III"~.I~'O' BOX '200
afflCle Sebring, FL 33870 FAX 863-402-4221 Add ... Sebring, FL 33871-9200
QUICK QUOTE SHEET
PAGE of
REQUESTING AGENCY: soum MIAMI, CITY OF
ORIGINAL QUOTE DATE:
CONTACT PERSON:
PHONE NUMBER:
FAX NUMBER:
MODEL: 1203
----'='---'2;;.01"'6 TOYOTA PRIUS C
SPECIFICATION #: ___ -.:':;,7,-__ _
PAGE#: 249
0040
'PV40
:b~IQQ[
CONTRACT OPTIONS
TAG
'T3'i<R
:QTf.::::
BASE DISTRICT PRICE: __ .... $1".",4::.7::; •. ::;00'--__
DESCRIPTION
FACTORY OPTIONS $1.792.00
DESCRIPTION
New state tag (specify state, county, city, sheriff, etc.) Includes temp tag & two way overnight shipping for
.. ~.i.9.~.~J!:!~~ .......... _ ... _ ....... __ .... _ ................. _._ ................................................. _ .. _ ... _ ... _ ................................... _..... .. ............... _ ...................... ..
DEALER PROVIDED THIRD KEY AND REMOTE
::Eb9.BIQ;ih§9$.::P.:!~§E:t.]~~Q:Er~:MJ~Ip.I:~N:Q:B§.~B::@.Q.;~S
I~[{Kr;;:lQ!0jf6E{~Jj~[l~KM:[~Kt~9~Q§:gi~Kt.~M~_Q:~~_~~Nt?:~~~:::::~:~::::::::~::::::~::~:._::~.~:::::: _______ :::"IAt:?~[q: ________ _
CONTRACT OPTIONS TOTAL $2.388.95
NON-IDENTIFIED CONTRACT OPTIONS DESCRIPTION
NON-IDENTIFIED CONTRACT OPTIONS TOTAL $0.00
TOTAL COST $23,636.95
TRADE IN
$0.00
TOTAL COST LESS TRADE IN(S): QTY $23,635.95
------------------I Comments:
VEHICLE QUOTED BY: Scott Wilson FLEET SALES MANAGER scott.wilson@alanjay.com
"/ Want to be Your Fleet Provider"
I appreciate the opporlunity to submit this quotation. Please review if carefully. If there are any errors of changes, please feel free to contact me at any time. I am always happy to be of
assistance.
FSA-SOUTH MIAMI, CllYOF-1203_4472-3
BID AWARD
ANNOUNCEMENT
15-23-0904
Effective pates:
October 1,2015 -September 30,2016
POLICE RATED, ADMINISTRATIVE, UTILITY VEHICLES,
TRUCKS & VANS
Participating Sheriffs Offices & Local Governmental
Agencies of the State of Florida
Coordinated By
The
Florida Sheriffs Association
& Florida Association of Counties
/'~ F~-
FLORIDA
ASSOCIATION OF
COUNTIES
All About Florida
1 1
FA~
FLORIDA
t\SSOClATION OF
COUNTIES
AI! About Florida
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
HYBRID 4-DOOR ADMINISTRATIVE VEHICLES
SPECIFICATION #17
2016 Ford C-Max (P5A)
2016 Ford Fusion (POD)
2016 Toyota Canny (2559)
2016 Toyota Prius c (1203)
ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED
INSTRUCTIONS: Listed above, you will find tbe model numbers of the vehicles that will be included in tbis year's contract.
1. ENGINE·
a. Manufacturer's standard cooling system.
b. Manufacturer's standard gasoline electric hybrid propulsion system.
2. TRANSMISSION:
a. Manufacturer's automatic transmission, continuously variable.
3.~
a. Manufacturer's standard drive axle ratio for specified engine and transmission combination.
4. PERFORMANCE ITEMS:
a. Manufacturer's standard power steering.
b. Parking brake warning light.
5. COMFORT ITEMS·
a. Manufacturer's standard air conditioning system.
b. Manufacturer's standard tinted glass all around.
c. Power windows and power door locks.
d. Cruise control, factory installed.
e. Tilt steering wheel.
f. Manufacturer's standard AMlFM stereo.
g. Manufacturer's standard trunk opener, electric, remote unit location.
h. Manufacturer's standard floor covering.
i. Manufacturer's standard production seats. Purchaser will select color at time of order.
j. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently).
6. SAFETY ITEMS:
a. Dual outside mirrors and inside rearview mirror.
b. Interior dome light(s), with left and right door activated switches.
c. Minimum 2-speed electric wipers and windshield washer.
d. Manufacturer's standard air bags.
7. BRAKES·
a. Four wheel anti-lock brake ABS system.
Bid Award Announcement (lS-23-0904) 235
8. TIRES AND WHEELS'
a. Manufacturer's standard tires and wheels.
h. Manufacturer's spare tire and rim, if available.
9. CHASSIS FRAME CAB:
a. Manufacturer's standard colors, factory painted. Colors to be determined by individual agencies.
b. Manufacturer's standard fuel tank.
Bid Award Announcement (15-23·0904) 286
FA~
FLORIDA
ASSOCIATION OF
COUNTIES
All About florida
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
Name of Dealership Type of VehicIe Zone Base Unit
Price
HYBRID 4-DOOR ADMINISTRATIVE VEmCLES (Specification #17l
Duval Ford 2016 Ford C-Max (P5A) Western $21,551.00
Duval Ford 2016 Ford C-Max (P5A) Northern $21,354,00
Don Reid Ford 2016 Ford C-Max (P5A) Central $21,350,00
Don Reid Ford 2016 Ford C-Max (P5A) Southern $21,495,00
Duval Ford 2016 Ford Fusion (p0U) Western $22,354,00
Duval Ford 2016 Ford Fusion (p0U) Northern $22,324,00
Don Reid Ford 2016 Ford Fusion (p0U) Central $22,250,00
Don Reid Ford 2016 Ford Fusion (POU) Southern $22,395,00
Alan Jay Toyota, Scion 2016 Toyota Carnry (2559) Western $23,487,00
Rountree-Toyota 2016 Toyota Carnry (2559) Northern $23,126,00
Alan Jay Toyota, Scion 2016 Toyota Carnry (2559) Central $23,287,00
Alan Jay Toyota, Scion 2016 Toyota Camry (2559) Southern $23,387.00
Rountree-Toyota 2016 Toyota Prius c (1203) *Western $18,810.00
Rountree-Toyota 2016 Toyota Prius c (1203) *Northern $18,557.00
Rountree-Toyota 2016 Toyota Prius c (\203) *Central $18,810.00
Alan Jay Toyota, Scion 2016 Toyota Prius c (1203) * Southern $19,475.00
Bid Award Announcement (lS-23-0904) 234
FA~
FLORIDA
ASSOCL\TION OF
COUNTIES
All About Florida
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
HYBRID 4-DOOR ADMINISTRATIVE VEHICLES
SPECIFICATION #17
2016 Toyota Prius c(1203)
The Toyota Prius c (1203) purchased through this contract comes with all the siandard equipment as specified by the manufacturer
for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base
price as awarded by specification by zone.
ZONE:
BASE PRICE:
*Western
$18,810.00
*Northern
$18,557.00
*Central
$18,810.00
*Southem
$19,475.00
While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment
items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to
vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which
allow the purchaser to tailor the vehicle to their particular wants or needs.
The following equipment delete and add options and their related cost are provided here to assist you in approximating the lotal cost
of the type vehicle(s) you wish to order through this program. Simply deduct the cost ofany of the following equipment items you
wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the
approximate cost of the type vehicle(s) you wish to order.
NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when
preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those
listed here must be honored by the dealers in your zone at the stated prices.
Bid Award Announcement (15-23-0904) 249
VEmCLE: Prius c (1203)
DEALER: Rountree-Toyota Rountree-Toyota Rountree-Toyota Alan Jay Toyota,
Scion
ZONE: *Westem *Northern * Central *Southem
BASE PRICE: $18,810.00 $18,557.00 $18,810.00 $19,475.00
Western
& Northern
Order Code Add Options & Central Southern
P1ease refer to the Emergency Vehic1e Lighting Specifications for
1ightbar descriptions and the awarded dea1er pricing ..
1205 1
1207 2
LA10002
1205 1
PV40 1
MC1000 2
GN 1
3K 1
T3KR 2
R/V.S 1
RS 2
R/V-F 1
RSF 2
WL 1
NITRO 1
N22
: Vehicle upgrade package -specilY
J Prius Three: Variable Speed Wipers, Entune Audio System wi Nav. App., Bluetooth, 6 Way Adj. Driver Seat, 60140
i Folding Rear Seat, Cruise Control, Cargo Cover & more. 1
,
Prius C Four -15" Alloy Wheels, Driver Front Passenger water repellent side windows, Navigation radio wi Entune
3 yr svs, 6.5" TouchscreenAMlFM CD WMA, MP3, 6 spkr, Satellite Capable, Bluetooth Connectivity with Steering
Wheel Controls, Synthetic Leather Seat Material, HId Front Seats with Driver lwnbar, Homelink, Plasmacluster
ionizer, & Auto Dim Rearview mirror 2
; Seat trim upgrade -specilY
: Port Installed Eco friendly leather 2
AMlFM radio with single CD
AMlFM radio with 6-disc CD changer in dash
Navigation system
Prius Three: Variable Speed Wipers, Entune Audio System wi Nav. App., Bluetooth, 6 Way Acij. Driver Seat, 60140
i Folding Rear Seat, Cruise Control, Cargo Cover & more. 1 -
i "Blue Tooth" connectivity ,
: Front and rear carpet floor mats
: Port installed provided and rear carpet mats. 2
: Cargo net
Cargo Net 1
i Side air protection
Glass breakage sensor
: Additional Key(s) or Key Fob(s) when applicable.
Dealer prOVided third key and remote. 1.
• Vent visors -stick-on style
Rainshields -flange style
: Wheel locks
• Nitrogen filled tires including spare tire
· Front license bracket
Bid Award Announcement (lS-23-0904)
: 1 2 . $1,430.00 $4,533.00.
NA 2 $1,498.00 .
Std Std
NA NA
; 1
: $1,430.00 NA
Std Std
$295.00 1 $294.00 2 ,
$48.00 1 NA
Std: Std
NA. NA
$395.00 1 $397.00 2
$145.00 1 $189.00 2 '
$149.00 1 $189.00 2 :
$65.00 1 NA:
$119.00 1 $169.00 2
Incl. NA
250
VEIDCLE:
DEALER:
ZONE:
Prius c (1203)
Rountree-Toyota Rountree-Toyota Rountree-Toyota Alan Jay Toyota,
Scion
BASE PRICE:
*Westem
$18,810.00
*Northern
$18,557.00
*Central
$18,810.00
* Southern
$19,475.00
1243 1
1223 2
1245 1
DTF2
RS/SK 1
425-5213 2
1223 1
PULSE 2
TINT 1
LABOR 2
TEMPI
TEMP 2
TRANS 1
TRANS 2
N/TAG 1
TAG 2
2YR2
G/5175 1
GOLD575 2
GP/5175 1
PC575 2
P/5175 1
PC6100 2
, Optional equipment -specify
Prius V Two Model-CVT-E -CVT Trans: V Body Style= Backup Camera, Four (4) Wheel Disc Brakes, 16' Alloy
Wheels, Auto Halogen Head Light & more. 1
Mid Size Prius II (This is the Prius you have been buying/or 15 years) Includes: 1.8L engine upgradejrom 1.5L, 4
whl disc braMs, P 195165R15 tires, 15" Alloy whls, Touch Screen display, Multi Info display with trip info, instant
MPG indicator, auto up/down pwr windows, auto climate control, (2) frt 12v pwr outlets, pwr heated mirrors, frt &
, variable intermittent wipers, LED Daytime running 2
$ 1 2 6,330.00 $4,356.00
i Optional equipment-specify $7,720.00 1
: PRIUS V Three Model-CVT-E -CVTTrans: V BodyStyle= Backup Camera, Four (4) Wheel Disc Brakes, 16' Alloy i
: Wheels, Heated Mirrors, Entune System wi NAV App., Auto Climate Control, Auto Halogen Head Light & more. 1 :
i Dealer installed deep tintfilm on all door glass including rear window (ADD $49 for windshield strip). 2
; Optional equipment -specify i $269.00 1
DOT Road Side Safety Kit= 5lbs ABC Fire Extinguisher, First Aid Kit & Three (3) Road Side Reflective Triangle in
a Case 1
JOTTO Computer mount stand. (Add $429 to include 600 Watt pure SINE power inverter with (2) IIOVoutlets.) 2
Optional equipment -specify
Regular Size Prius Two,' 15" Alloy Wheels & More 1
3rd Brake Light Safety Pulse (Pulses 3rd Brake Light (4) times upon application o/brake pedal to increase driver
i awareness behind you when stopping) 2
; Optional equipment -specify
: Dealer Installed Window Tint 1
) (Labor Rates Based on Single Vehicle Build) 2
: Temporary tag
, Transfer existing registration (must provide tag number)
! Includes temp tag & two way overnight shipping/or signature. 2
: New state tag (specify state, county, city, sheriff, etc.)
· Includes temp tag & two way overnight shipping for signature. 2
: Maintenance Plan -specify
Toyota Complimentary Maintenance includedfor 2 year 124,000 miles. See Toyota.Fleet.comfor details. 2
1 $3,548.00
$289.00 1
$29.00 1
$149.00 1
$189.00 1
NAi
NA:
NA'
$497.00 2
$229.00 2
$140.00 2
$45.25 2 '
$168.85 2 ,
$220.95 2
Incl,z ,
NA
NA
Maintenance Plan -specify
Maintenance Plan -specify
Warranty -specify
Gold Level Ext. Warranty 5Yrs 175,000 Miles -0-Ded.
$1,402.00 1 : $1,396.00 2
Gold 5 yr 75k mile extended warranty ($0 Deductible)(Add $I200for emergency use) 2
Warranty -specify
· Gold Plus Ext. Warranty 5Yrs 175,000 Miles -0-Ded. 1
: $1,429.00 1 $1,472.00 2
· Platinum 5 yr 75k mile extended warranty ($0 Deductible)(Add $l200for emergency use) 2
: $1,487.00 1 2 $2,048.00 Warranty -specify
,Platinum Ext. Warranty 5Yrs 175,000 Miles -0-Ded. 1
Platinum 6 yr lOOk mile extended warranty ($0 Deductible)(Add $1200 for emergency use) 2
Bid Award Announcement (15-23-0904) 251
Toyota Prius C $3.00 53 70,000 11.0 $33.00 583 120.07 $ •• 9112.26 $19,475.00 $~a,4a7;Z6
Ford C-Max $3.00 42 70,000 14,0 $42.00 588 119.05 $.,000,00 $21,495.00 $26,495.00
Ford Fusion $3.00 44 70,000 17 $51.00 748 93.58 $4,112,1. $22,395.00 $27,167,73
Toyota Camry $3.00 43 70,000 17 $51.00 731 95.76 $4.88 •• 12 $23,387.00 $~~10,n
FLORIDA SHERIFFS ASSOCIATION PIGGYBACK CONTRACT
ALAN JAY IMPORT CENTER, dba, ALAN JAY TOYOTA, INC
TIDS AGREEMENT made and entered into this 7TH dayof OCTOBER , 20~
by and between the City of South Miami, a Florida municipal Corporation by and through its
City Manager (hereinafter referred to as "City") and Alan Jay Import Center, dba Alan Jay
Toyota. Inc .. (hereinafter referred to as "Contractor"),
WITNESSETH:
WHEREAS, the Florida Sheriffs Association solicited bids, pursuant to Bid # 15-23-
~ for Police Rated, Administrative, Utility Vehicles, Trucks & Vans; and
WHEREAS, the Florida Sheriffs Association, after completing a competitive bidding
process, awarded a contract to Contractor, and
WHEREAS, the City of South Miami desires to utilize the Florida Sheriffs
Association Contract and pursuant to authority of the City of South Miami's Charter.
NOW, THEREFORE, the City and the Contractor, each through their authorized
representative/official, agree as follows:
1. The City desires to enter into a Contract, under the same tenns and
conditions as set forth in the solicitation and the agreement between Florida Sheriffs
Association and Contractor, pursuant Bid #15-23-0904.
2. The City has reviewed the contract and agrees to the terms and conditions and
further agrees to the fair and reasonableness of the pricing. Contractor hereby agrees to
provide such services under the same price(s), tenns and conditions as found in the
solicitation documents and the response to the solicitation, pertinent copies of which are
attached hereto as Exhibit A and made a part hereof by reference, and the agreement and/or
the award between Florida Sheriffs Association and Contractor., pursuant Bid #15-23-0904.
a copy of which, including any amendments and addendums thereto, is attached hereto and
made a part hereof by reference.
3. All references in the contract between Florida Sheriffs Association and
Contractor, shall be assumed to pertain to, and are binding upon Contractor and the City of
South Miami. All decisions that are to be made on behalf of the City, as set forth in the
Florida Sheriffs Association's Bid #15-23-0904 and its agreement with Contractor, shall be
made by the City Manager for the City of South Miami. The tenn of the contract, including
all extensions authorized by the contract shall not exceed five years. Notwithstanding
anything contained in the Bid # 15-23-0904 or the Florida Sheriffs Association contract to the
contrary, this agreement shall be governed by the laws of the State of Florida and venue for
all dispute resolutions or litigation shall be in Miami-Dade County, Florida.
4. Public Records: Contractor and all ofits subcontractors are required to
comply with the public records law (s.I 19.0701) while providing goods and/or Services on
ThomosF. Pepe-7-16·14
Page 1 of3
behalf of the CITY and the Contractor, under such conditions, shall incorporate this
paragraph in all of its subcontracts for this Project.
5. Waiver Jury TrIal: City and Contractor knowingly, irrevocably voluntarily
and intentionally waive any right either may have to a trial by jury in State or Federal Court
proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the
Contract Documents or the performance of the Work thereunder.
6.. VaDdlty 01 Elleeuted Copies: This agreement may be executed in several
counterparts, each of which may be construed as an original.
7. ~vernlnl Laws and Venue: This Agreement and the performance of
services hereunder will begovemed by the laws of the State of Florida, with exclusive venue
for the resclution of any dispute being a court of competent jurisdiction in Miami·Dade
County, Florida.
&. Attorneys' Fees and Costs: in the event of 8IIY litigation between the parties
arising out of or relating in any way to this Agreement or a breach thereof, each party shall
bear its own costs and legal fees. Nothing contained herein shall prevent or prohibit the right
to be indemnified for any attorney fees incurred in the defense of an Bction by a parsen or
entity who Is not a party to this Agreement.
,. SeverabDlty: If any term or provision of this Agreement or the application
thereofto any person or circumstance shall, to any extent, be invalid or unenforceable, the
remainder of this Agreement, or the application of such term or provision to parsens or
circumstances other than those to which it is held invalid or unenforceable, shall not be
affected thereby and each term and provision of this Agreement shall be valid and
enforceable to the fullest extent permitted by law.
IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned
representatives oftha parties hereto have caused this instrument to be signed in their respective
names by their proper officials and to be attested by theIr respective Clerks the day and year first
above written.
Alan Jay Import Center, dba Alan Jay Toyota, Inc:
By: ..eJ...?t:: 2:' ----SCOTT WILSON. fLE!!T SA! 55 MANAGER
(type name and title of signatory above)
ATTEST:
By: _:-:--:'"'"':"-:-:-~-:---::=:-Maria M. Menendez, CMC
City Clerk
Thomas F. Pepe-7-J6-J4
CITY OF SOUTH MIAMI
By: --=c--",",,"--:---
Steven Alexander
City Manager
Page 2 oU
Read and Approved as to Fonn,
Language, Legality and Execution
Thereof
Br. __ ~ __ ~~ _________ _
Thomas F. Pepe
City Attorney
Thomas F. Pepe-7·16-14
Page30f3
10/20/2015
Detail by Entity Name
Florida Profit Corporation
ALAN JAY IMPORT CENTER, INC.
Filing Information
Document Number
FEIIEIN Number
Date Filed
State
Status
P98000079748
59-3533026
09/10/1998
Fl
ACTIVE
Detail by Entity Name
Last Event
Event Date Filed
Event Effective Date
CORPORATE MERGER
08/06/2014
Principal Address
404 HWY 27 NORTH
SEBRING, Fl 33870
Changed: 04/13/2009
Mailing Address
P.O. BOX 9200
SEBRING, Fl 33871-9200
Changed: 04/23/2001
NONE
Registered Agent Name & Address
RAFOOl, RAYMOND J, Esq.
2665 S BAYSHORE DRIVE
SUITE 1204
MIAMI, Fl 33130
Name Changed: 06/10/2014
Address Changed: 04/20/2011
Officer/Director Detail
Name & Address
Title D
WllDSTEIN, ALAN J
2003 US 27 SOUTH
htlp:/Isearch,sunbiz,org/lnquiry/CorporationSearch/SearchResultDetail?inquirytype=;:EntityName&directianType=lnitial&searchNameOrder=ALANJAYIMPOR... 1/3
10/20/2015
SEBRING, FL 33870
Title P
WILDSTEIN, ALAN J
2003 US 27 SOUTH
SEBRING, FL 33870
Title VP
WILDSTEIN, ALAN J
2003 US 27 SOUTH
SEBRING, FL 33870
Annual Reports
Report Year
2013
2014
2015
Document Images
Filed Date
06/10/2013
06/10/2014
04/01/2015
Detail by Entity Name
04/01/2015 --ANNUAL REPORT ....... _.'Il~"" imageJ!'. P[)~format_ .. J
08/06/2014 --Merger .._._ ViellVim~!1El.~DI~..t?!':1"'~!. __ .J
06/10/2014 --ANNUAL REPORT _....'Ili~."'.i~~~.e~.~DF for:.I11~~ __ J
06/10/2013 --ANNUAL REPORT . ...'Il~w !r:n~~,: in.PDF form~ __ J
04/10/2012 --ANNUAL REPORT_._'!Le.'" il11 age in PDF fO!IT1~t. __ J
04/20/2011 --ANNUAL REPORT . ___ y~~.'" i~~ge !r~_I:)g~.~.!Il1!:'t_._J
04/01/2010 --ANNUAL REPORT__'Ili="".i~~ge .in PDF format __ J
04/13/2009 --ANNUAL REPORT _.'Ili=",,!~a.l!.=ill.£,p.£.!?~~. ___ 1
04/22/2008 --ANNUAL REPORT __ .. ,!~:"".il11~~.:.iIl.I"DF form!lt __ .1
11/26/2007 --ANNUAL REPORT ._._\liewil11~~-=-inF'.~.!o..rIT1~! .... 1
03/23/2007 --ANNUAL REPORT __ \l!':lIVj.Ill~!l.e..i.n_F'p.":.!~r:..mat_ I
03/31/2006 --ANNUAL REPORT ...... __ ':liew image JrlPDF.f~r.Ill!l~.. ..1
11/01/2005 --ANNUAL REPORT . __ "-i':lIV_illl~~~n.F'pF fO~I11.~! __ J
03/25/2005 --ANNUAL REPORT . ___ \fiE"'vil11.a.l!.,:in.£'.~.!.o..rI11.~t ... J
05/10/2004 --ANNUAL REPORT __ 'Ili=lIVil11~~:.in~g.l"!~rma,-~_J
01/16/2004 --ANNUAL REPORT __ .'!~lI\Ij.I1111!le in PD£_!ormat._ .. 1
07/14/2003 --ANNUAL REPORT _____ 'IliewJI11~~e in PI:l~~rm.a! __ J
04/23/2001 --AN N UAL REPORT _,!i':II\ILlllage.!.I1.F'~f()rr:n~t.1
06/19/2000 --Reg. Agent Change. m __ ,!ie.'" ima!1.e_i rl .F'DF for~at_1
02/29/2000 --ANNUAL REPORT _ ... .\IiE>lIVj.I11.a.l!.:!I1£,E.":.~rma,-_.J
04/20/1999 --ANNUAL REPORT_'IlLellVi~~~:in-"DF_~r:.Ill!lt.1
01/15/1999 --Amendment_..View il11!:,g..ejf1F'.D.I"f?!r:n.~!...J
htlp:/Isearch,sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=lnitial&searchNameOrder=AlANJAYIMPOR... 213
2015 FLORIDA PROFIT CORPORATION ANNUAL REPORT
DOCUMENT# P98000079748
FILED
Apr 01, 2015
Secretary of State
CC2402332815
Entity Name: ALAN JAY IMPORT CENTER, INC.
Current Principal Place of Business:
404 HWY 27 NORTH
SEBRING, FL 33870
Current Mailing Address:
P.O. BOX 9200
SEBRING, FL 33871-9200
FEI Number: 59-3533026
Name and Address of Current Registered Agent:
RAFOOL, RAYMOND J ESQ.
2665 S BAYSHORE DRIVE
SUITE 1204
MIAMI, FL 33130 US
Certificate of Status Desired: No
The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both. in the State of Florida.
SIGNATURE: RAYMOND J. RAFOOL
Electronic Signature of Registered Agent
Officer/Director Detail :
Title
Name
Address
D
WILDSTEIN, ALAN J
2003 US 27 SOUTH
City-State-Zip: SEBRING FL 33870
Title
Name
Address
VP
WILDSTEIN, ALAN J
2003 US 27 SOUTH
City-State-Zlp: SEBRING FL 33870
Tille
Name
P
WILDSTEIN, ALAN J
Address 2003 US 27 SOUTH
City-State-Zip: SEBRING FL 33870
04/01/2015
Date
I hereby certify that the infonnation Indicated on this report or supplemental report is true'and accurate and that my alectronic signature shall have the sama /aga/ effect as if made under
oath; that I am an officer or dIrector of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607. Florida Statutas; and that my name appaars
above, or on an attachmant with al/ other like empowered.
SIGNATURE: ALAN J WILDSTEIN D 04/01/2015
Electronic Signature of Signing Officer/Director Detail Date