Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 174-16-14729
RESOLUTION NO.174-16-14729 A resolution authorizing the City Manager to enter into a vehicle rental agreement with Royal Rent-A-Car for rental vehicles usedin undercover police operations by the Police Department. WHEREAS,the Police Department engages incertain special undercover investigations which require the utilizationof rental vehicles;and WHEREAS,vehiclesusedin special undercover investigations needtobefrequentlyreplaced dueto the covert nature of the investigationsandforthesafetyof the officers;and WHEREAS,the requested expenditure isa lawful use under the Attorneys GeneralGuideline of Federal Forfeitures;and WHEREAS,the City will enter intoa piggyback agreement with Royal Renta Car through a Miami-Dade County contract no.8809-0/19 expiringFebruary28,2020. NOW THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section I:The CityManageris authorized to enter intoavehicle rental piggyback agreement withRoyal Rent a Car through aMiami-Dade County contract no.8809-0/19 to provide rentalvehicles for undercover police operations. Section 2:TheCityManageris authorized to disburse asum not to exceed $45,000.00 per year over a three andhalf(3.5)yearperiodfrom the Federal Forfeiture Fund,Rental/LeasePolice vehicles,account number 615-1910-521-4450,withabeginningbalancefor $45,000.00. Section 3:Severability.Ifany section,clause,sentence,or phrase ofthis ordinance isfor any reason heldinvalid or unconstitutional bya court of competent jurisdiction,thisholdingshall not affect the validityof the remaining portions ofthis ordinance. Section 4:This resolution shall become effectiveupon adoption by the City Commission. PASSED AND ADOPTED THE 6 th DAY OF September,2016 APPROVED: READ AND A£EROVED AS TO FORM, LANGUAGBfLEQALITY, COMMISSIONVOTE:4_0 Mayor Stoddard:absent Vice Mayor Welsh:Yea Commissioner Liebman:yea Commissioner Edmond:yea Commissioner Harris:Yea South11 Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: From: Date: Subject: Background: Expense: Accounts: Attachments: The Honorable Mayor &Members of the City Commission Steven Alexander,City Manager September 6,2016 Agenda Item No.j IB A Resolution authorizing the City Manager to enter intoa vehicle rental agreement withRoyalRent-A-Car for rental vehicles used in undercover police operations by the Police Department. The Police Department routinely conducts undercover/covert operations to address criminal activity.In order to successfully conduct these types of operations the need arises to consistently have the ability to change vehicles to remain covert.The Police Department also provides a rental vehicle to officers assigned to Federal Task Forces,but the costs of these vehicles are reimbursed by Federal agency. The requested expenditure willbepaid for utilizing Federal Forfeiture account.ThePolice Department willbeutilizinga piggyback agreement with Royal Rental aCar through a Miami-Dade County contract no.8809- 0/10 expiring February 28,2020. Budgetedupto$45,000per year 615-1910-521-4450 Federal Forfeiture-Lease Resolution Piggyback Contract MDC Award Recommendation MDC Award Sheet MDC Invitation to Bid #8809-0-19 Sunbiz CONTRACT FOR VEHICLE RENTAL SERVICES TfflS AGREEMENT madeand entered intothis16day of September,2016byand between theCity of South Miami,a Florida municipal Corporation by and through itsCity Manager (hereinafter referredtoas "City**)and Royal Rent ACarSystems of Florida,Inc.. (hereinafter referred toas "Contractor"). WITNESSETH: WHEREAS,the "Miami-Dade Coimtv"solicited bids,pursuant to ITB#8809-0/19, for Vehicle Rental Services:and WHEREAS,the "Miami-Dade County."after completing a competitive bidding process,awardedacontracttoContractor,and WHEREAS,theCity of SouthMiamidesirestoutilizethe "Miami-Dade County" Contract and pursuant to authority oftheCity of South Miami's Charter. NOW,THEREFORE,theCity and the Contractor,each through their authorized representative/official,agreeas follows: 1.TheCitydesirestoenterintoa Contract,underthesametermsand conditions as set forth inthe solicitation and the agreement between "Miami-Dade County!!and Contractor,pursuant ITB #8809-0/19 and Contract No,8809-0/19, 2.TheCityhasreviewedthe contract and agrees tothetermsand conditions to be applicable toa purchase order tobe issued by the City and further agrees to the fair and reasonableness ofthe pricing.Contractor hereby agrees to provide such goods and/or services,pursuant tothe City's purchase order made during the term of this agreement,under thesameprice(s),termsandconditionsasfoundinthesolicitationdocumentsandthe response tothe solicitation,pertinent copies of which are attached hereto as Attachment A and made a part hereofby reference,and the agreement and/or the award between the "Miami-Dade Conntv"and Contractor,pursuant ITB #8809-0/19and Contract No.8809- 0/19,acopy of which,including any amendments and addendums thereto,is attached hereto andmadeaparthereofby reference. 3.All references in thecontract between "Miami-Dade County"and Contractor,shall be assumed to pertain to,and are binding upon Contractor and the City of SouthMiami.Alldecisionsthataretobemadeonbehalf ofthe "Miami-Dade County,"as setforthinthe "Miami-Dade Conntv"ITB #8809-0/19and Contract No.8809-0/19,and its agreement with Contractor,shall be made by the City Manager for the City of South Miami.The term of the contract,including all extensions authorized by the contract shall not exceed five years.Notwithstanding anything contained intheITB #8809-0/19 and Contract No.8809-0/19 or the "Miami-Dade County"contract to the contrary,this agreement shall be governed bythe laws of the State of Florida and venue for all dispute resolutions or litigation shall bein Miami-Dade County,Florida. 4.Scope ofGoodsand Services.The scope of goods and services are set forth in the attached Attachment A. Thomas F.Pepe-01-11-16 Page1 of4 5.Contract Price,Thecontractpriceforthegoodandservicesisset forth in the attached Attachment A.If not otherwise setforthin the "Miami-Dade County" Agreement/Contract,the Contractor shall be paid upon delivery of all the goods,the completion of all the services and after final inspection bythe City that approves of the goods delivered andthework performed. 6.Grant Fitading:This project isbeing fuiMed N/Aand Contractor agtees to compljKwith all the requirtments of that Grari^iapplicable\lhe delivetyof the goodsNand services ftat are the subjectW this Aghrement,Jfcri that are wHhin its powto to provide \d to provide alTthe documentation within ltecontrorBa^t is required for the Cifcvto be able recover the cohtract price pursuW to the tehps of thegfc^nt A co^ofthe grahj is attach hereto and made a^pjirt hereof by reference 7)Public Records:CONTRACTOR andall of itssubcontractorsarerequiredto complywiththepublic records law (s.l 19.0701)while providing goods and/or services onbehalf of theCITYandtheCONTRACTOR,undersuch conditions,shall incorporate this paragraph in all of its subcontracts for this Project and shall:(a)Keep and maintain public records required by the public agency toperformthe service;(b)Upon request from thepublic agency's custodian of public records,provide thepublic agency withacopy of the requested records orallowthe records tobeinspectedorcopiedwithina reasonable timeatacostthatdoesnotexceedthecost providedinthis chapter orasotherwise provided by law;(c)Ensure thatpublic records thatare exemptor confidential and exempt frompublic records disclosure requirements are notdisclosed except asauthorized by lawfortheduration oftheContracttermandfollowingcompletion ofthe Contract if CONTRACTOR doesnottransferthe records tothepublicagency;and(d)Upon completion of the Contract,transfer,atnocost,tothepublicagencyallpublicrecordsin possession of CONTRACTORorkeep and maintain public records required bythe public agency toperformtheservice.If CONTRACTOR transfers allpublicrecordstothepublicagencyupon completion of the Contract,CONTRACTOR shall destroy any duplicate public records thatare exemptor confidential andexempt from public records disclosure requirements.If CONTRACTOR keepsand maintains public records uponcompletion of the Contract, CONTRACTOR shallmeetall applicable requirements for retaining public records.All records stored electronically mustbe provided tothe public agency,uponrequest from thepublic agency's custodian of public records,ina format thatis compatible withthe information technology systems ofthe public agency. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 1199 FLORIDA STATUTES,TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340;E-maik mmenendez@southmiamifl.gov;6130 Sunset Drive, South Miami,FL 33143, 7.WaiverJuryTrial:City and Contractor knowingly,irrevocably voluntarily and intentionally waiveanyright either mayhavetoa trial byjuryin State or Federal Court proceedings in respect toany action,proceeding,lawsuit or counterclaim arising out ofthe Contract Documents or the performance ofthe Work thereunder. 8.Validity of Executed Copies:This agreement maybe executed in several TTiomas F.Pepe-01-11-16 Page2 of4 counterparts,each of which may beconstruedasanoriginal. ,9.Attorneys'Fees anUCosts:In the event ofan^itigation between the parties arising outVor relathm in any way tcNhis Agreement or abreac^thereof,e^h party shall bear itsown costs and leg^l fees.Nothin^ontainedJtsrein shall present or prohibit the right tobeindemnifiedforanyattorneyfees incurtai inthedefense of anactionbyapersonor entity who is not\party to this Agreement. Severability:I£any term or provisitaurfthis Agreeihmt or the applicibkm thereof to an^sperson or circumstance shall,to any extart,be invalid oN^nenforceable,the remainder of thk Agreement,or the^plication of such tfenn or provision^persons or \ circumstances otHhr than those to whick it is held invalid o\menforceable,stjall not be affected thereby anoseach term and provision ofthis Agreement shall bevalid and enforceable tothe fullest extent permitted b^law. IN WITNESS WHEREOF,andasthedulyauthorizedact of the parties,theundersigned representatives ofthepartiesheretohavecausedthis instrument tobe signed intheir respective namesbytheir proper officialsonorbeforethedayandyearfirstabovewritten. Royal Rent A Car By: -Florida: T.a actual Perera,President (typenameandtitle of signatoryabove) City Clerk Readand Approved asto Form, Language,LegalityandExecution Thereof. By: ;?5S ThomasF.Pepe City Attorney ThomasF.Pepe -01-11-16 CITY OF Page3 of4 /Steven Alexander City Manager VEHICLE MENTAL SERVICES ThomasF.Pepe-01-11-16 Page4 of4 Date:February 3,2015 To:Honorable Chairwoman Rebeca Sosa andMembers,Boardof County, From:Carlos A.Gimenez Mayor Subject:Recommendation forApprovalto issioners 5^»MIAMIDADE Amended Agenda Item No.8(F)(16)i New Contract for Vehicle Rental Services R-101-15. The Item was amended at the February 3,2015 Board meeting to reflect that this contract In accordance with the County Mayor's supplemental report shall contain no Increase In pricing based on the Producer Price Index for Commodities, Recommendation It is recommended that the Board of County Commissioners (Board)approve award of Contract No. 8809-0/19,Vehicle Rental Services to Royal Rent-A-Car Systems of Florida,lnc„as primary vendor, and Enterprise Leasing Company of Florida,LLC,as secondary vendor,The recommended contract provides for vehicle rental services for the Police and Internal Services departments.There are 18 specific vehicle types available for rent under the contract,ranging in size from sub-compact cars to four-wheel drive sports utility vehicles and multi-passenger vans.The awarded vendors shall provide rental vehiclesthatare late models,cleanand in good operating condition. Police investigative units use rental vehicles of varying models for undercover operations.The Internal Services Department supplies rental vehicles,not available in the County's fleet,to County departments for daily and seasonal demands.Examples Include various types of vans for the Elections Department that are used during elections;Parks,Recreation and Open Spaces Department (PROS)generally rents vans during the summer months or special events such as the Great Parks Summit and Junior Olympics;investigative units for the Inspector General and County Attorney's Office rent varying models for their cases;and cars for other operational uses in lieu of leased vehicles.These vehicles are rented incaseswhereitmakesmorebusiness sense than purchasing/leasing a vehicle for full-time useorfor investigative operations,The daily rental price for a compact vehicle is $18.00 and $23.73 for a ftill size vehicle. Scope The Impactof this jtem is countywlde innature, Fiscal Impact/Funding Source The fiscal Impact for the five-year term is $23,808,000,The current contract,8809-4/13,Is for five (5) years and six (6)months,which is valued at $20,628,470.The difference in allocation under the replacement contract is attributable to current and estimated usageas well asthe addition ofvansto transport children to and from field trips during PROS1 Summer Youth Camp Program.The proposed allocation Is budgeted as follows: Department Allocation Funding Source Contract Manager Police $21,306,000 General Fund Alex Alfonso Internal Services 2,500,000 Internal Service Funds Rey Uerena Total $23,808,000 Track Record/Monitor Lourdes Betancourt,CPPB,ofthe Internal Services Department isthe Procurement Contracting Officer. Honorable Chairman Jean Monestime andxMembers,Board ofCounty Commissioners Page 2 Delegated Authority Ifthis Item Is approved,the County Mayor or County Mayor's designee wJH-have the authority to exercise ail provisions ofthe contract pursuant to-Section 2-8,1 ofthe County Code and Implementing Order 3- 38. Vendor Recommended far Award An Invitation to Bid was Issued under full and open competition on January 17,2014.The method of award istothe three (3)lowest-priced responsive,responsible bidders in the aggregate for the selected option (i.e.,level of insurance coverage)as primary,secondary and tertiary vendors. Three (3)bidswere received In response tothe solicitation.However,only thetwo responsive, responsible bidders are recommended foraward. Awardee Address Principal Award Royal Rent-A-Car Systems of Florida,Inc. 3650 N.W.South River Drive Miami,FL Ismael Perera Primary Vendor Enterprise LeasingCompanyof Florida,LLC 800 Corporate Park Drive St Louis,MO AndrewC.Taylor Secondary Vendor Vendors Wot Recommended for Award Vendor Reason for Not Recommending The Hertz Corporation Vendorwasdeemed non-responsive by theCountyAttorney's Office for failure tobidon ail Items withinanoptionas required by tba solicitation. Due Diligence Pursuant to FM 87-12,due diligence was conducted In accordance with the Internal Services Department1*Procurement Guidelines to determine contractor responsibility,Including verifying corporate status and that there are no performance or compliance issues.The lists that are referenced include:convicted vendors,debarred vendors,delinquent contractors,suspended vendors,and federal excluded parties.There are no adverse findings relating to contractor responsibility, Applicable Ordinances andContractMeasures •The two (2)percent User Access Program provision applies and will be collected on all purchases. •The Small Business Enterprise Bid Preference and Local Preference were applied in accordance withthe respective ordinances.. •The Living Wage Ordinance does notapply. M Edward Marqjez^ DeputyMayor A (Revised; TO:Honorable Chairman lean Monestime and Members,Board of County Commissioners DATE:Fehruaxy 3,2015 FROM:R.AJ County Attorney Amended SUBJECT:Agenda ItemNo.8(P)(16) "3-Day Rule59 for conmalttees applicable If raised 6 weeks required between firstreadingand pubic bearing 4weeksnotificationto municipal officials Decreases revenues or increases expenditures without balancing budget Statement of iiscal impact required Ordinance creating a new board requires detailed CountyMayor's report for public hearing No committee review Applicable legislation requires morethana majority vote (i.e.,2/3's , 3/5*s __,unanimous )toapprove Current information regardingfunding source,index codeand available balance,andavailablecapacity(ifdebtiscontemplated)required Approved Veto Amended Mavor AgenHn Tf»n Nn 2-3-15 8(P)(16) Ovenride RESOLUTION NO.R-101-15 RESOLUTION APPROVING AWARD OF CONTRACT NO. 8809-0/19 TOROYAL RENT-A-CAR SYSTEMS OF FLORIDA, INC.AS PRIMARY VENDOR AND ENTERPRISE LEASING COMPANYOFFLORIDA,LLCASSECONDARYVENDOR FOR VEHICLE RENTAL SERVICES IN THE TOTAL AMOUNTNOTTO EXCEED $23,808,000.00 FOR THE POLICE AND INTERNAL SERVICES DEPARTMENTS;AND AUTHORIZING COUNTY MAYOR OR COUNTY MAYOR'S DESIGNEE TO EXECUTE SAME WHEREAS,this Board desires to accomplish the purposes outlined in the accompanying memorandum,a copy of which is incorporated herein by reference, NOW,THEREFORE,BE IT RESOLVED BY THE BOAKB OF COUNTY COMMISSIONERS OF MIAMI-DADE'COUNTY,FLORIDA,that this Board approves award of ContractNo.8809-0/19 for vehicle rental servicesforthePoliceandInternalServices Departments as set forth inthe incorporated memorandum inthe total amount notto exceed $23,808,000,and authorizes the County Mayor or County Mayor's designee to execute same, except thatthe contract shall contain no increase in pricing based onthe Producer Price Index for Commodities as set forth inthe attached supplemental memorandum from the Mayor. The foregoing resolution wasofferedby Commissioner , whomovedits adoption.Themotionwas seconded by Commissioner anduponbeingputtoavote,thevotewasas follows: ¥ Amended Agenda Item No.8(F)(16) PageNo.2 Jean Monestime,Chairman Esteban L.Bovo,Jr.,Vice Chairman Bruno A.Barreiro Daniella Levine Cava Jose "Pepe"Diaz AudreyM.Edmonson SallyA.Heyman Barbara J.Jordan Dennis C.Moss Rebeca Sosa Sen.Javier D.Souto Xavier L*Suarez JuanC.Zapata The Chairperson thereupon declared the resolution duly passed and adopted this 3rd day of February,2015.This resolution shall become effective upon the earlier of (1)10 days after the date of its adoption unless vetoedby the County Mayor,and if vetoed,shall become effective only upon anovemdebythis Board,or (2)approval bythe County Mayor ofthis Resolution and the filing of this approval witii theClerkoftheBoard ApprovedbyCountyAttorneyas to form andlegalsufficiency. Hugo Bentiz J&Y 4 MIAMI-DADE COUNTY,FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS HARVEY RUVIN,CLERK By:_ Deputy Clerk Date: To: From: Subject: February 3,2015 Honorable Chairman Jean Monestime and Members,Board opsointy commissioners Carlos A,Gimei Mayor Supplemental Information Regarding Approval to Award Contract No.8809-0/19, VehicleRentalServices MIAMI Supplementto AgendaItemNo.8(F)16 During the discussion ofthe contract award to Royal-Rent-A-Car (Royal)atthe January 13,2015 meeting ofthe Finance Committee,a representative from the second-lowest bidder (Enterprise) advisedmembersofthe Flnanoe Committeethat Enterprise couldlower Its pricesbelow that offered bytheawardedvendor.As mentioned attheFinanceCommitteemeeting,theprocurement process used for this contract wasan Invitation to Bid,which provided fair andopen competition forthis contract.Royalwasthe lowest-priced,responsive and responsible bidderandwasrecommended for award,Thebidofferedby Royal waa $1,595 million lower thanthatof Enterprise,Asa result ofthe discussion,members oftheFlnanoeCommitteedirectedstafftoinitiatenegotiationswithRoyalto determine.iftherewasany opportunity for price reductions beyondthatrecommended In the Item being considered, OnJanuary 22,2015,Countystaffhelda negotiation meetingwithRoyal.Royalagreedto hold Its proposed pricing forthe full five-year termofthe contract rather than adjusting pricing annually bythe change In the Producer Price Index for Commodities (PPI),aswasatermofthe original agreement andthe bidders1 original bid.By holding the pricing for the full five (5)yearsofthe contract constant, theestimatedsavingstotheCountycouldbeasmuchas$3.2 million overthetermofthecontract In order toeffectuate this change,it is recommended thatthe resolution beamendedto reflect that there will benoannual increases in pricing basedonthe PPI, Edward Marqujfez Deputy Mayor **• * MIAMIDADE CONTRACT AWARD SHEET Internal Services Department Procurement Management Services Bid No.8809-0/19 Award Sheet Procurement Management DIVISION BED NO.:8809-0/19 TITLE:VEHICLE RENTAL SERVICES CURRENT CONTRACT PERIOD:02/17/2015 Total #of OTRs:0 PREVIOUS BID NO.:8809-4/13-4 through 02/28/2020 MODIFICATION HISTORY Bid No.8809-0/19 Award Sheet LIVING WAGE:No OTHER APPLICABLE ORDINANCES: PPM Notes APPLICABLE ORDINANCES UAP:Yes IG:No CONTRACT AWARD INFORMATION: No Local Preference j^0 Micro Enterprise SmallBusinessEnterprise(SBE)PTPFunds Miscellaneous: FullFederalFunding PartialFederal Funding REQUISITION NO.: ]\Jo Performance Bond Yes Insurance PROCUREMENT AGENT: PHONE:305375-4121 BETANCOURT LOURDES FAX:EMAIL:L1121@MIAMIDADE.GOV DEPARTMENT OF PROCUREMENT MANAGEMENT Procurement Management DIVISION Page 1 of3 BidNo.8809-0/19 Award Sheet VENDOR NAME:ENTERPRISE LEASING COMPANY OF DBA: FEIN:591664426 SUFFIX:04 33073 STREET:5105JOHNSONROAD CITY:COCONUT CREEKST:FLZIP: FOBJTERMS:DEST-P DELIVERY: PAYMENT TERMS:NET30 TOLL PHONE: VENDOR INFORMATION: Local Vendor: CERTIFIED VENDOR ASSIGNED MEASURES SBE Set Aside Micro Ent.Selection Factor BidPref. Goal Other:VendorRecordVerified? A*************^************************^*****************!!.********* Vendor Contacts: Name Phonel Phone2 Fax Email Address ERIK L VEGA 305-278-2900 -305-256-2639 ERIK.L.VEGA@EHI.COM VENDOR NAME:ROYAL RENT A CAR SYSTEMS OF FLORIDA INC DBA: FEIN:592334873 SUFFIX:02 STREET:3650 NW SOUTH RIVER DRIVE CITY:MIAMI FOBJTERMS:DEST-P PAYMENT TERMS:NET30 33142 ST:FL ZIP: DELIVERY: TOLL PHONE:800-314-8616 VENDOR INFORMATION: Local Vendor: CERTIFIED VENDOR ASSIGNED MEASURES SBE Set Aside Micro Ent.Selection Factor BidPref. Goal Other:VendorRecordVerified? ********************************************************************* Vendor Contacts: Name Phonel Phone2 Fax Email Address ISMAELPPERERA 305-871-3000 800-314-8616 305-635-1295 IPERERA@ROYALRENTACAR.COM DEPARTMENT OF PROCUREMENT MANAGEMENT Procurement Management DIVISION Page2 of3 Bid No.8809-0/19 Award Sheet ITEMS A WARDED Section: Details:8809-0/19 Award Notes: (1)Section 2.1 Option 2 applies to INS (2)Section 2.4 Void based on Negotiations* *Pricingshall remain fixed &firm for5year Contract term.NOTE:Seeposted Award Sheet Supplement anddetailed price scheduleforallvehicletypes.^ Item#Description H^:^a^:-^rtf^^;S^r^'av^^^u^,F;s^^^.- h^fja^asi^^>,r!^^-iT-^.^t,^f^.avJ^^-trffra'a^ Otv Unit Price riIA^^..iJ;.^v^l-^^^::^:^;>^:^v~.tf.,-:^.VH••^ End ofITEMS AWARDED Section 5ViS^=gV^^V«3BKS AWARD INFORMATION Section BCC Award:No DPM Award:No BCC Date:02/03/2015 DPM Date:12/11/2014 Contract Amount:$23,808,000.00 Additional Items Allowed:Agenda Item No.:8F16 Special Conditions: Section 2,Paragraph 2.4 allowing for annual pricing adjustments basedonPPIis VOIB dueto mutual negotiations that established fixed and firm pricing forthe5 year initial term. BPO INFORMATION Section: 1 ABCW1500261 Commodity ID Commodity Name 975-14 RENTAL OR LEASE OF AUTOMOBILES AND OTHER Department Department Allocation ID PD $2,430,000.00 $21,308,000.00 WS $70,000.00 ^•^•^•fc-.*^«^;j,i&*^^^^^^-^.•tfkSfjMflflBcJtgflMasgai ^WH^^^^^APWV^V^^ End ofBPO Information Section -J*^^^^W^jJV^,-^^^.^^^^-/A---^ DEPARTMENT OF PROCUREMENT MANAGEMENT Procurement Management DIVISION Page3 of 3 CONTRACT AWARD SHEET SUPPLEMENT INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES DIVISION Contract No.:8809-0/19 Title:Vehicle Rental Services S.PURCHASING INSTRUCTIONS The awarded Bidders shall provide vehicle rental services to several County departments on an as needed basis. This contract shall commence on February 17,2015 and shall remain in effect through February 28,2020. 99.METHOD OF AWARD Two (2)Bidders were awarded.The awarded vendors are as follows: 1.Primary Awarded Vendoris Royal RentACarSystemsof Florida,Inc.(Royal) 2.Secondary Awarded Vendor is Enterprise Leasing Company of Florida LLC.(Enterprise) If the primary Bidder cannot perform,the County shall havethe option to seek the identified services from thesecondary Bidder respectively. On January 22,2015,County staffhelda negotiation meeting with Royal.Royal agreedtoholdits proposed pricing for the full five-year termofthe contract rather than adjusting pricing annually bythe changeinthe Producer Price Index for Commodities (PPI),aswasa term ofthe original agreementand the Bidder's original bid. In addition,Royalagreedtolowertheirprices for Hem 04CompactCar4Door Item MM daily price to$21.16 and Item M Compact Car4Door Item #4G to$635.00monthly. The terms&conditionsapplicabletothiscontractandtheCountyPurchaseOrderbeingissuedcan viewedonlineatour AWARDED CONTRACTSpage httPs://www.miamidade,oov/DPMww/SearchContracts.asDx byenteringtheContract ID:8809-0/19. BIB.AWARDED ITEMS: Items awarded under this contract are as follows: AWARDED PRICES BY VEHICLE CATEGORY: 1.SUB-COMPACT CAR:ROYAL RENT A CAR SYSTEMS OF FLORIDA,INC. Item Number of Days/weeks/months forthe 5-year term Unit Price Extended Price Unit Price Extended Price 1A days $17.00 $62,050.00 $19.67 $71,795.50 1B weeks $119.00 $61,880.00 [$137.67 $71,588.40 1C months $510.00 $30,600.001 $590.00 $35,400.00 CONTRACT AWARD SHEET SUPPLEMENT INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES DIVISION 2.COMPACT CAR 2-DOOR: Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 12A days $18.00 $65,700.00 $21.27 $77,635.50 2B weeks $126.00 $65,520.00 $148.87 $77,412.40 |2C months $540.00 $32,400.00 $638.00 $38,280.00 3.CONVERTIBLE 2-DOOR SEDAN MODEL: 4.COMPACT CAR 4-DQQR: Item J Number of Days/weeks/months for the 5-year term 4A days 4B weeks 4C months 5.MID-SBZE 2-DOOR: Item 5A 5B 5C Number of Days/weeks/months for the 5-year term days weeks months 6.MID-SIZE 4 DOOR: Item 6A 6B 6C Number of Days/weeks/months for the 5-year term days weeks months Unit Price Extended Price Unit Price $21.16 $77,234.00 $21.27 $151.20 $78,624.00 $148.87 $635.00 $38,100.00 $638.00 ROYAL RENT A CAR SYSTEMS OF FLORIDA,INC. Unit Price Extended Price $22.27 $1,544,424.50 $155,891 $1,540,193.20 $668.00 $1,282,560.00 Unit Price I Extended Price $22.27 $1,544,424.50 $155.89 $1,499,661.80 $668.00 $1,482,960.00 Unit Price $22.00 $154.00 $660.00 Unit Price $22.00 $154.00 $660.00 Extended Price $77,635.50 $77,412.40 $38,280.00 Extended Price $1,525,700.00 $1,521,520.00 $1,267,200.00 Extended Price $1,525,700.00 $1,481,480.00 $1,465,200.00 MIAMI CONTRACT AWARD SHEET SUPPLEMENT INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES DIVISION 7.FULL-SIZE CAR:ROYAL RENT A CAR SYSTEMS OFFLORIDA,INC. fyiiiiiiii Extended PriceItemNumberofDays/weeks/months for the 5-year term Unit Price Extended Price Unit Price 7A days $23.73 $259,843.50 $24.23 $265,318.50 7B weeks $166.11 $215,943.00 $169.63 $220,519.00 7C months $712.00 $213,600.00 $727.00 $218,100.00 8.FULL SIZE LUXURY CAR: I Item Numberof Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price j $336,493.508Adays$27.50 $301,125.00 $30.73 |~8B weeks $192.50 $250,250.00 $215.13 $279,669.00 8C months $825.00 $247,500.00 $922.00 $276,600.00 9.MINI-PASSENGER VAN (Severa- Passenger) ROYAL RENT A CAR SYSTEMS OFFLORIDA,INC. ^'^'off^Bffifli Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 9A days $23.73 $346,458.00 $25.47 $371,862.00 9B weeks $166.11 $345,508.80 $178.27 $370,801.60 9C months $712.00 $299,040.00 $764.00 $320,880.00 10.STANDARD PASSENGER (Twelve-Passenger) Item 10A 10B 10C Numberof Days/weeks/months for the 5-year term days weeks months ROYAL RENT A CAR SYSTEMS OF FLORIDA,INC. UnitPricejExtendedPrice $24.73 $361,058.00 $173.11 $315,060.20 $742.00 $311,640.00 Unit Price Extended Price $24.20 $353,320.00 $169.40 $308,308.00 $726.00 $304,920.00 CONTRACT AWARD SHEET SUPPLEMENT INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES DIVISION 11.Utility Vehicles Two Wheel Drive: Item 11A 11B 11C Number of Days/weeks/months forthe 5-year term days weeks months 12.UTILITY VEHICLES FOUR WHEEL DRIVE: 13.FULL SIZE UTILITY SUV VEHICLES TWO WHEEL DRIVE: Item 13A 13B 13C Number of Days/weeks/months for the 5-year term days weeks months ROYAL RENT A CAR SYSTEMS OF FLORIDA,INC. ENTERPRISE LEASING COMPANY OF FLORIDA,LLC Unit Price Extended Price $23.73 $433,072.50 $166.11 $431,886.00 $712.00 $341,760.00 ROYAL ROOT SYSTEMS OF Unit Price $27.50 $192.50 $825.00 14.FULL SIZE UTILITY SUV VEHICLES FOUR WHEEL DRIVE: ROYAL RENT A CAR SYSTEMS OF FLORIDA,INC.COMPANY OF Ft^nftJA, Item 14A Numberof Days/weeks/months forthe 5-year term Unit Price Extended Price Unit Price Extended Price J days $27.50 $250,937.50 $33.77 $308,151.25 14B weeks $192.50 $250,250.00 $236.37 $307,281.00 14C months $825.00 $247,500.00 $1,013.00 $303,900.00 CONTRACT AWARD SHEET SUPPLEMENT INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES DIVISION 15.FULL SIZE CARGO VANS(Approximately3/4Ton Capacity) Number of Days/weeks/months for the I Unit Price 5-year term UnitPrice Extended Price MIAMI-1 CONTRACT AWARD SHEET SUPPLEMENT INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES DIVISION IV.AWARDED VENDORS DETAILS/INFORMATION Vendor fD/Sfe Vendor Name Status Contaot Info Rental Locations 1.3900 N.W.25 St. Suite 413 Miami,FL33142 Contact:Gregory Ismael Perera,President Serrano 592334873/02 Royal Rent A Car Primary Tel:(305)871-3000 Systems Of Florida,Inc E-mail:2.Fort Lauderdale IPerera@rovalrentacar.com International Airport 600 Terminal Drive Ft.Lauderdale,FL (954)359-8004 Contact:Neil Fergus Lester Guzman,Area Sales 591664426/04 Enterprise Leasing Company Of Florida LLC Se&ooid&ry Manager Tel:(305)278-2921 E-mail: Lester.GuzmanOehi.com V.AWARD SHEET EVEfoST HISTORY Event No. Date Issued Event Agent 1 2/17/2015 2/23/2015 AwardapprovedbyBCC Lourdes Betancourt cvi BPO issued 3.2/25/2015 Award Sheet andBPOpublished VI.Per Contract's Sectfon 2.5.2.2 PHYSICAL DAMAGE: TheCountyisresponsible for third party liability and the first $100 of applicable physical damage losses. 1.The County shall notbe responsible for physical damage,including lossof any rental vehicle in excessof $100.00 per vehicle per occurrence.Furthermore,the County shall not be responsible fornormal wear andtearof the vehicles rentedunderthiscontract. 2.The County will havethe first right to inspect and obtain an independent appraisal ofthe damaged vehicle.The awarded Bidder may repair any and all vehicles at its authorized repair facility,and the awarded Bidder may elect to deem the vehicle un-repairable pursuant to criteria thatis mutually acceptable and agreed toby both parties. CONTRACT AWARD SHEET SUPPLEMENT INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES DIVISION 3.Claims for physical damage on all vehicles must be submitted to Miami-Dade County Internal Services Department's Risk Management Division at 111 N.W.1st Street,Suite 2340,Miami, Florida,Attn:Claims Coordinator within ten (10)days of return of the vehicle tothe awarded Bidder.The accompanying invoice must contain the rental agreement number,vehicle number, date of occurrence,Police Case#as supplied by the investigating officer orthe Miami Dade Police Department/Fleet Management Section,a completed "Standard County Automobile Accident Report"(See "Notice of County Motor Vehicle Accident."form below)and evidence thatthe vehicle has been repaired or destroyed by evidence of either (a)or (b)below: (a)The vehicle has been completely destroyed orhas been totaled,scrapped or salvaged. (b)The vehicle has been repaired as documented by the attached paid repair invoices. Statements arenotacceptable. Repair estimates will notbepaid.Claims submitted more than (60)sixty days from dateof occurrence will notbe processed. Claim forms canbe obtained n Section 2,Special Conditions,Page5. TALLY SHEET Solicitation Number Summary Description: Solicitation Opening/Closing Date: Prepared by: Verified by: 0809-0/19 Vehicle Rental Sei Wednesday. LourdesBet AnaRloseco Mote:Whenailpricesareentered,highlight lowpriced vendor In?applicable,greenforsecondary,bluefortertiary) Firm Name: FQN ft ADPICS Suffix No. Address Cky Stateand Zip Code Indicate SBD certification: VeteranCertification(yes/no): Conviction Olsdoser (yes/no): Contact Person on ITB: Completed Section4: Local Preference Affirmed(yes/ho): Locally HeadQuaitered: PLCorp.(SunBtz)Status: AAP Compliant Completed AllAffidavits: Acknowlegement of Addenda (1through 3): Collusion Affidavit Itemsbeingprocuredpercurrentsolicitation: Option 1:Awarded Bidder is responsible for all insurance ROYAL RENT A CAR SYSTEMS OF FLORPA.INC. S9S3348H0T 3650 N.W.&HiMrver Drive Miami FJ.m42" No"5 "TJo- TE" Ismael Perera.Presktent X Yes nA,** ~Y« Perwlng X Yes TTTE ENTERPRISE LEASING COMPANY OF FLORIDA,LLC WWmflM 11945 mmtertSoT Miami FL 33186 X No TO W Lester Guzman,Area Sales Manager ~3CVS 3Ct«" >n?E Pending X Yes jv:ves "V"Vw HERTZ CORPORATION 13193558TOT 225 Brae Boulevard Parkftldoe "N7 "Ro" yr MichaelJ.Weinstem.VP.GlobalandStrategic Accounts !7er 3fTJo" Pending _JCW~ X No 1.SUB-COMPACT CAR:ROYAL RENT A CAR SYSTEMS OF FLORIDA,INC. ENTERPRISE LEASING COMPANY OF FLORIDA,LLC HERTZ CORPORATION Item Estimated Number of Vehicles Numberof Days/weeks/months forthe 5-year term Unit Price Current Unit Price Unit Price Extended Price Unit Price J Extended Price Unit Price Extended Price (Estimated number of vehicles x Number of days/weeks/months forthe 5-year termxUnitPrice 1A 2 1B25 days S Der day per vehicle $17.73 No Bid No Bid S29.00 S105.850.00 !1B 2 260 weeks $eer week per vehicle $124.13 $174.00 $90,460.00 |1C 1 60 months $oer month per vehicle $532.00 $698.00 $41,760.00 I*Note:*Hertz faled to submit prices for Item No.17Standard Passenger -(15 Passenger)forGroups 1and2.Leoal opinion on mathod of award forOption 1and 2.PerSection 2.3.1:Tobe considered foran award,the Bidder shall submitanofferonaf JHerns withintheoption.Hertzonlyacknowledgedreceivedonlyone (1)addendum ofthethree(3)Issued.County's AttorneyruledHertz non-responsive. 2.COIIMPACT CAR 2-DOOR:ROYAL RENT A CAR SYSTEMS OFFLORIDA,INC. ENTERPRISE LEASING COMPANY OFFLORIDA,LLC HERTZ CORPORATION Item Estimated Number ofVehicles Numberof Daysnveeks/months forthe5- yearterm Unit Price Current Unit Price Unit Price Extended Price Untt Price Extended Price Unft Price Extended Price 2A 2 1825 days S oer daypervohlde $19.97 No Bid No Bid $29.00 $105,850.00 2B 2 260 weeks $ear week per vehicle $139.77 $174.00 $90,480.00 2C 1 60 months 5 ner month per vehicle $599.00 $696.00 $41,760.00 3.CONVERTIBLE 2-DOOR SEDAN MODEL: Item Estimated Number of Vehicles Number of Days/weeks/rnonths for the 5-year term Unft Price Current Unit Price Unit Price I Extended Price 1 Unit Price Extended Price Unit Price Extended Price 3A 2 1825 days $oer dayper vehicle N/A No Bid No Bid $50.00 $182,500.00 3B 2 260 weeks S DOT week per vehicle N/A $300.00 $158,000.00 3C 1 60 months S oer month per vehicle N/A $1,200.00 $72,000.00 4.COMPACT CAR 4-DOOR: Item Estimated Number of Vehicles Number of Days/weeks/months for the 5- y ear term Unit Price Current Unit Price Unft Price Extended Price Unit Price Extended Price Unit Price Extended Price 4A 2 1825 days $oer daypervehicle $19.97 No Bid No Bid $30.00 $109,500.00 4B 2 250 weeks S DOT week per vehicle $139.77 $180.00 $93,600.00 4C 1 60 months S oer month per vehicle $599.00 $720.00 $43,200.00 5.MID-SIZE 2-DOOR ROYAL RENT A CAR SYSTEBS8 OF FLORIDA,INC. ENTERPRISE LEASING COMPANY OF FLORIDA,LLC HERTZ CORPORATION Item Estimated Number of Vehicles Number of DaysAveeks/morifhs forthe 5-year term Unit Price Current Unit Price Unit Price |Extended Price Unit Price Extended Price Unit Price Extended Price SA 38 1825 days $oer day per vehicle $21.30 No Bid No Bid $30.00 $2,060,500.00 SB 38 260 weeks $oer week per vehicle $149.10 $180.00 $1,778,400.00 5C 32 60 months $_per month per vehicle $646.39 $720.00 $1,382,400.00 6.MID-SIZE 4 DOOR: Item Estimated Number ofVehicles Numberof Days/weflks/months forthe 5-year term Unit Price Current Unit Price Unit Price I Extended Price Unit Price I Extended Price Unit Price Extended Price 6A 38 1825 days $oer dayper vehicle $21.30 No Bid No Bid $30.00 $2,080,500.00 6B 37 260 weeks $DOT $149.10 $180.00 $1,731,600.00weekpervehicle 8C 37 60 months $oer month per vehicle $645.39 $720.00 $1,598,400.00 7.FULL-SIZE CAR: Item Estimated Number of Vehicles Number of DaysAweeks/months for the 5-year term Unit Price Current Unit Price Unit Price I Extended Price _|_Unft Price Extended Price 7A 6 1825 days S oer day per vehicle $23.97 No Bid No Bid $31.00 5339,450.00 78 5 260 weeks S oer week per vehicle $167.77 $186.00 $241,800.00 7C 5 60 months S oer month per vehfcfa $726.19 $744.00 $223,200.00 8-FULL SIZE LUXURY CAR: ROYAL RENT A CAR SYSTEMS OF FLORIDA,INC. ENTERPRISE LEASING COMPANY OF FLORIDA,LLC HERTZ CORPORATION Item Estimated Number ofVehicles Number of DaysAveeksAnbnths forthe 5-yearterm Unft Price Current Unit Price Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price 8A 6 1825 days $oer dayper vehicle $28.27 NoBM No Bid $47.00 $514,650.00 8B 5 260 weeks S oer week per vehicle $197.87 8272.00 $353,600.00 ec 5 60 months $DOT month per vehicle $856.48 $1,088.00 $326/100.00 9.MINI-PASSENGER VAN (Seven-Passenger): hem Estimated Number of Vehlctes Number of DaysAweeks/months lor the 5-year term Unit Price Current UnR Price Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price 9A 8 1825 days S DOT dayper vehicle $25.40 No Bid No Bid $50.00 $730,000.00 9B 8 260 weeks $oer week per vehicle $177.80 S300.00 $624,000.00 9C 7 60 months $oer month per vehicle $769.62 $1,200.00 $504,000.00 10.STANDARD PASSENGER (Twelvo-Paaaenger): Item Estimated Number ofVehicles Number of DaysAveeks/months forthe 5-year term UnH Price Current Unit Price Unit Price Extended Price Unit Price Extended Price UnR Price Extended Price 10A 8 1825 days $oer dayper vehicle $26.67 No Bid No Bid $90.00 $1,314,000.00 10B 7 260 weeks $oer week per vehicle $186.67 $540.00 $982,800.00 10C 7 60 months S DOT month per vehicle $800.00 $2,160.00 $907,200.00 11.UTILITY VEHICLES TWO WHEEL DRIVE: ROYAL RENT A CAR SYSTEMS OF FLORIDA,INC ENTERPRISE LEASING COMPANY OF FLORIDA.LLC HERTZ CORPORATION Item Estimated Number ofVehicles Number of Days/weeks/months for the 5-year term Unft Price Current Unit Price Unft Price Extended Price Unit Price I Extended Price Unit Price Extended Price 11A 10 1825 days $oer day per vehicle $26.90 No Bid No Bid $36.00 $657,000.00 11B 10 260 weeks $oer week pw vehicle $188.30 $216.00 $561,600.00 11C 8 60 months $oar month per vehicle $815.07 $864.00 S414.720.00 12.UTILITY VEHICLES FOUR WHEEL DRIVE: ».Estimated Number ofVehicles Number of DaysAweeks/months for the 5-year term Unit Price Current Unit Price Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price 12A 10 1825 days S DOT daypervehicle $26.90 No Bid No Bid $37.00 $675,250.00 12B 10 260 weeks S oer week per vehicle $188.30 $222.00 $577,200.00 12C 8 80 months S oer month per vehicle $807.00 $888.00 $426,240.00 13.FULL SIZE UTILITY SUV VEHICLES TWO WHEEL DRIVE: Item Estimated Number ofVehicles Number of Oays/weeks/months for the 5-year term UnH Price Currant Unit Price Unit Price Extended Price Unit Price Extended Price UnH Price Extended Price 13A 5 1825 days 5 oer daypar vehicle N/A No Bid NoBW $47.00 $428,876.00 13B 5 260 weeks $oer week per vehicle N/A $272.00 $353,600.00 13C 5 60 months S oer month per vehicle N/A $1,088.00 $326,400.00 14.FULL SIZE UTILITY SUV VEHICLES FOUR WHEEL DRIVE: Hern Estimated Number of Vehicles Number of Daysnveeka/months forthe 5-year term Unft Price Current Unit Price Unit Price Extended Price Unit Price Extended Price Unft Price Extended Price 14A 5 1825 days $oer dayper vehicle N/A No Bid No Bid $47.00 $428,875.00 14B 5 260 weeks $oer week per vehicle N/A $272.00 $353,600.00 14C 5 60 months $oer month per vehicle N/A S1.088.00 $326,400.00 15.FULL SIZE CARGOVANS (Approximately 3/4TonCepadly) ROYAL RENTACAR SYSTEMS OF FLORIDA,WC. ENTERPRISE LEASING COMPANY OF FLORIDA,LLC HERTZ CORPORATION Item Estimated Number ofVehicles Number of DeysAveexs/months for the 5-year term Unit Price Current UnitPrice Unit Price Extended Price UnH Price Extended Price Unit Price Extended Price 15A 8 1825 days $OCT day par vehicle N/A No Bid No Bid $42.00 $613,200.00 15B 8 260 weeks .$ner week pervehicle N/A $242.00 $503,360.00 15C 8 60 months S oer month per vehicle N/A $986.00 $473,280.00 16.MINI-CARGOVANS (Approximately1/2TonCapacity) item Estimated Number ofVehicles Numberof DayeAveeks/months forthe 5-year term Unit Price Current UnH Price Una Price Extended Price Unit Price Extended Price Unit Price Extended Pries 16A 8 1825 days $ear dayper vehicle $22.77 No Bid No Bid $42.00 8613,200.00 18B 7 260 weeks $oer week per vehicle $159-37 $242.00 $440,440.00 18C 7 60 months %oer monthper vehicle $683.00 $986.00 S414.120.00 17.STANDARD PASSENGER (Fifteen-Passenger} Item Estimated Number of Vehicles Number of DavsAveeka/montns for the 5-yearterm Unit Price Current Unit Price Unit Price Extended Price Unit Price Extended Price Unft Price Extended Price 17A 5 1825 days $oer dayper vehicle $39.98 No Bid No Bid $0.00 $0.00 17B 5 260 weeks $oer week per vehicle $289.98 $0.00 $0.00 17C 21 60 months S oar month per vehicle $1,199.98 $0.00 $0.00 170*70 15 months $oer monthper vehicle $1,190.98 $0.00 $0.00 ♦Vans for Hern#170 above are ranted forapproximately three months every yearduring the summer. 18.EXTRA-CAB 1/2 TON FULL-SI2E0 PICK-UP TRUCKS: ROYAL RENTACAR SYSTEMS OF FLORIDA,INC. ENTERPRISE LEASING COMPANY OF FLORIDA,LLC HERTZ CORPORATION Item Estimated Number of Vehicles Number of Daystaaeks/monlhs far the 5-year term Unit Price Current Unit Price Unft Price |Extended Price —1—Unit Price Extended Price 18A 25 1825 days S oer day per vehicle $23.58 No Bid No Bid $54.00 $2,463,780.00 18B 25 260 weeks S rar week per vehicle $159.98 $304.00 $1,976,000.00 16C 25 80 months $osr month per vehicle $692.98 $1,216.00 $1,824,000.00 $33,696,990.00 Option2:County Is responsible forthirdpartyliabilityand the first$100 of applicable physical damage losses 1.SUB-COMPACT CAR: ROYAL RENT A CAR SYSTEMS OP FLORIDA,INC. ENTERPRISE LEASING COMPANY OF FLORIDA,LLC HERTZ CORPORATION Item Estimated Number of Vehicles Numberof Daysfaeeks/rnonths forthe 5-yearterm Unit Price Current Unit Price Unit Price j Extended Price Unft Price Extended Price Unit Price Extended Price 1A 2 1825 days $oer dayper vehicle $17.73 $17.00 $82,050.00 $18.67 $71,785.50 $27.50 $100,375.00 1B 2 260 weeks $oer week per vehicle $124.13 $119.00 $81,880.00 $137.67 $71,588.40 $165.00 $85,800.00 1C 1 60 months S oer month per vehicle $532.00 $510.00 $30,600.00 $590.00 $35,400.00 $B60.00 $39,600.00 2.COMPACT CAR 2-DOOR: Item Estimated Number ofVehicles Number of Days/weeks/morrths forthe 5-year term Unft Price Current UnH Price Una Price Extended Price Unit Price Extended Price Unit Price Extended Price 2A 2 1825 days $oer doy pervehicle $18.87 $18.00 $65,700.00 S21.27 $77.63550 $27.50 $100,375.00 2B 2 260 -. $oer week per vehicle $138.77 $126.00 $65,520.00 $148.67 $77,412^0 $165.00 $85,800.00 2C 1 60 months $oar month per vehicle $589.00 $540.00 $32,400.00 $638.00 $38,280.00 $680.00 $39,600.00 3.CONVERTIBLE 2-DOOR SEDAN MODEL: ROYAL RENT A CAR SYSTEMS OF FLORIDA,WC. ENTERPRISE LEASING COMPANY OF FLORIDA.LLC HERTZ CORPORATION Item Estimated Number ofVehicles Number of Daystoeeks/month*for the 5-year term Unit Price Current UnH Price Unit Price Extended Price UnH Price Extended Price Unit Price Extended Price 3A 2 1825 days $oer daypervehicle N/A $24.00 $87,600.00 $25.67 $93,695JO $48.50 $177,025.00 3B 2 260 weeks $Da- week per vehicle N/A $166.00 887.360.00 $179.67 $93,428.40 $291.00 $151,320.00 3C 1 60 months S per month per vehicle N/A $720.00 $43,200.00 $770.00 S48.200.00 $1,164.00 $69,840.00 4.COMPACT CAR 4-OOOR: Item Estimated Number ofVehicles Number of Days/weeks/months for the 5-year term Unit Price Current Unit Price Unit Price Extended Price Unit Price Extended Prlco Unit Price Extended Price 4A 2 1825 days S oer daypervehicle $19.97 $21.60 $76,840.00 $21.27 $77,635.50 $28.50 $104,025.00 4B 2 260 weeks $oer week per vehicle $139.77 $151.20 $78,624.00 $148.87 $77,412.40 $171.00 $88,920.00 4C 1 60 months $oer month per vehicle $599.00 $648.00 $38,880.00 $638.00 $38,280.00 $684.00 $41,040.00 5.MID-SIZE 2-OOOR; Item Estimated Number of Vehicles Number of DaysAveeks/monthsforthe 5-year term Unit Price Current Unit Price Unit Price Extended Price Unit Price Extended Price Unft Price-Extended Price 5A 38 1825 days S oer day per vehicle $21.30 $22-27 $1,544,424.50 $22.00 $1,525,700.00 $28.50 $1,976,475.00 5B 38 260 weeks $oer week per vehicle $149.10 $155.89 $1,540,193-20 $154.00 $1,521,520.00 $171.00 $1,689,480.00 5C 32 60 months S oer month per vehicle $645.39 $668 00 $1,282,560.00 $660.00 $1,267,200.00 $884.00 $1,313,280.00 8.MID-SIZE 4 DOOR: Kern Estimated Number ofVehicles Number of Days/weeks/months for the 5-year term Unit Price Current Unit Price Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price 8A 38 1825 days $car day per vehicle $21.30 $22.27 $1,544,424.50 $22.00 $1,525,700.00 $28.50 $1,976,475.00 6B 37 260 weeks $oer week per vehicle $149.10 $155.89 $1,499,661.80 $154.00 $1,481,480.00 $171.00 $1,645,020.00 6C 37 60 months $P©r month per vehicle $645.39 $668.00 $1,482,960.00 $660.00 $1,465,200.00 $684.00 $1,518,480.00 7.FULL-SIZE CAR: ROYAL RENT A CAR SYSTEMS OF FLORIDA,INC. ENTERPRISE LEASING COMPANY OF FLORIDA.LLC HERTZ CORPORATION Item Estimated Number of Vehicles Number of DaysAveeks/months for the 5-yearterm Unit Price Current Unit Price Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price 7A 6 1825 days $.,per $23.97 $23.73 $259,843JO $24.23 $265,318.50 $29.50 $323,025.00daypervehicle 7B 5 260 «» $oar week per vehicle $187.77 $166.11 $215,943.00 $169.63 $220,519.00 $1774)0 $230,100.00 70 5 60 months $oer month pervehicle $726.19 $712.00 $213,600.00 $727.00 $218,100.00 $708.00 $212,400.00 8.FULL SIZE LUXURYCAR: Item Estimated Number of Vehicles Numberof DaysAveeks/monlhs forthe 5-yearterm Unit Price Current Unit Price Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price 8A 6 1B25 days $oer day per vehicle $28.27 $27.50 $301,125.00 $30.73 $338,493.50 $45.50 $498,225.00 8B 5 260 weeks $oer week per vehicle $197.87 $192.50 $250,250.00 $215.13 $279,669.00 $263.00 $341,900.00 8C 5 60 months $oer month per vehicle $856.48 $825.00 $247,500.00 $922.00 $276,600.00 $1,052.00 $315,600.00 9.MINI-PASSENGERVAN (Seven-Passenger) Item Estimated Number ofVehicles Number of DaysAweeke/months for the 5-yearterm Unit Price Current UnH Price Unit Price Extended Price Unit Price Extended Price UnH Price Extended Price 9A 8 1825 days $oer daypervehicle $25.40 $23.73 $346,458.00 $25.47 $371,862.00 $48.50 $708,100.00 9B 8 260 weeks $oer week per vehicle $177.80 $166.11 $345,508.80 $178.27 $370,801.60 $291.00 $605,280.00 9C 7 60 months S oer month per vehicle $769.62 $712.00 $299,040.00 $784.00 $320,880.00 $1,184.00 $488,880.00 10.STANDARDPASSENGER(Twelve-Passenger) ROYAL RENT A CAR SYSTEMS OFfLORIDA,INC. ENTERPRISE LEASING COMPANY OF FLORIDA,LLC HERTZ CORPORATION item Estimated Number of Vehicles Numberof DaysAveeka/monthi for the 5-yearterm Unit Price Current Unft Price UnH Price Extended Price Unft Price Extended Price Unit Price Extended Price 10A 6 1825 days $oer dayper vehicle $26.67 $24.73 $361,058.00 $24.20 2353.320.00 $88.50 $1,262,100.00 108 7 260 weeks 9 pee week per vehicle 3186.87 $173.11 $315,030.20 $169.40 $308,308.00 $531.00 $966,420.00 10C 7 60 months $oer month per vehicle $800.00 $742.00 $311,640.00 $728.00 $304,920.00 $2,124.00 $892,080.00 11.UT UTY VEHICLES TWO WHEEL DRIVE: Item Estimated Number ofVehicles Number of DaysAveeks/months forthe 5-yearterm UnH Price Current UnH Price UnH Price Extended Price UnH Price Extended Price UnH Price Extended Price 11A 10 1825 days $oar day per vehicle $28.90 $23.73 $433,072.50 $28.03 $511,547.50 $34.50 $629,625.00 11B 10 260 weeks $oer week pervehicle $188.30 $166.11 $431,886.00 $196.23 $510,198.00 $207.00 $538,200.00 11C 8 60 months S oer month per vehicle $815.07 $712.00 $341,760.00 $841.00 $403,680.00 $828.00 $397,440.00 12.UTILITY VEHICLES FOUR WHEEL DRIVE: Item Estimated Number ofVehicles Number of DaysAveeks/months for the 5-yearterm UnH Price Current Unit Price UnH Price Extended Price UnH Price Extended Price Unit Price Extended Price 12A 10 1825 days 3 oer daypervehicle $26.90 $23.73 $433,072.50 $28.03 S511.54730 $35.50 $647,875.00 12B 10 280 weeks $oer week per vehicle $188.30 $186.11 $431,886.00 $341,760.00 $19823 $510,198.00 $213.00 $553,800.00 12C 8 60 months S oer month pervehicle $807.00 $712.00 $841.00 $403,680.00 $852.00 $408,960.00 13.FULL SIZE UTILITY SUV VEHICLES TWO WHEEL DRIVE: ROYAL RENT A CAR SYSTEMS OFFLORIDA,INC. ENTERPRISE LeASINO COMPANY OFFLORIDA,LLC HERTZ CORPORATION Item Estimated Number of Vehictes Numberof DaysAveeks/monlhs forthe 5-yearterm UnH Price Current UnH Price UnH Price Extended Price Unit Price Extended Price UnH Price Extended Price 13A 5 1825 days $oer dayper vehicle N/A $27.50 $250,937.50 $33.77 $308,151.25 $45.50 $415,187.50 13B 5 260 weeks $per week per vehicle N/A $192.50 $250,250.00 $236.37 $307,281.00 $283.00 $341,900.00 J13C I I 5 60 months $oer monthper vehicle N/A $825.00 $247,500.00 $1,013.00 $303,900.00 $1,052,00 $316,600.00 14.FULL SIZE UTILITY SUV VEHICLES FOUR WHEEL DRIVE: Item Estimated Number of Vehicles Number of DeyaAaooka/montha forthe 5-yearterm UnH Price Current UnH Price UnH Price Extended Price UnH Price Extended Price UnH Price Extended Price 14A 5 1825 days $oer dayper vehicle N/A $27.50 $260,937.50 $33.77 8308.151-25 $45.50 $415,187.50 14B 5 260 — $oer week par vehicle N/A $192.50 $826.00 $250,250.00 $23837 $307,281.00 $263.00 $341,900.00 14C 5 60 months S oer month per vehicle N/A $247,500.00 $1,013.00 $303,900.00 $1,052.00 $315,600.00 15.FULL SIZECARGOVANS(Approximately3/4TonCapacity) Item Estimated Number ofVehldss Number of DaysAveoks/montha for the 5-yearterm UnH Price Current UnH Price UnH Price Extended Price j UnH Price Extended Price Unit Price Extended Price 15A 8 1825 days $oer dayper vehicte N/A $17.00 $248,200.00 ,—.. $21.97 $153 77 $320,762.00 $41.50 "S605.900.00 1SB 8 260 weeks $oer week per vehicle N/A $119.00 $247,520.00 $319,841.60 $239.00 $497,120.00 15C 6 60 months $per month per vehicle N/A $510.00 $244,800.00 $859.00 $316,320.00 $956.00 $458,880.00 16.MINI-CARGO VANS (Approximately 1/2Ton Capacity) RdVALRENTACAR§V5f^?g- OFFLORIDA,INC. ENTERPRISE LEASING COMPANY OF FLORIDA.LLC HERTZ COflMDATinM Item Estimated Number ofVehicles Numberof Days/weeksftnonths forthe 5-yearterm Unit Price Current Unft Price Unit Price $16.70 Extended Price UnH Price Extended Price UnH Price Extended Price 16A 8 1825 days $oer dayper vehicle $22.77 $243,620.00 $2157 $320,762.00 $41.50 S805.900.00 16B 7 260 weeks S oer week per vehicle $159.37 $116.90 $212,758.00 $153.77 $279,881.40 $239.00 $434,980.00 16C 7 80 months $oer monthper vehtete $683.00 $501.00 $210,420.00 $659.00 $276,780.00 $955.00 $401.520.00 17.STANDARDPASSENGER(Fifteen-Passenger) Item Estimated Number of Vehicles Number of Daystoeeks/mordhs for the 5-yearterm UnH Price Current UnH Price Unit Price Extended Price UnH Price Extended Price UnH Price Extended Price 17A 5 1825 days $oer day per vehicle $39.98 $2473 $225,661.25 $24.20 $220,825.00 0 $0.00 17B 5 260 weeks $ear week per vehicle $289.98 $173.11 S225.043.00 $169.40 $220,220.00 0 $0.00 17C 21 60 months $oer month per vehicle $1,196.98 $742,00 $834,920.00 $726.00 $914,760.00 0 $0.00 17D*70 15 months S oer month per vehicle $1,199.98 $742.00 $779,100.00 $728.00 $762,300.00 0 $0.00 18.EXTRA-CAB 1/2 TON FULL-SIZED PICK-UP TRUCKS: Hem Estimated Number ofVehicles Numberof DaysAnfeeks/morilhs for the 5-yearterm UnH Price Current UnH Price Unft Price Extended Price UnH Price Extended Price UnH Price Extended Price 1BA 25 1825 days $oer dayper vehicle $23.58 $23.73 $1,062,661.25 26.07 $1,189,443.75 $42.50 $1,939.06230 188 25 260 weeks $P«r week per vehicle $159.88 $168.11 $1,079,715.00 182.47 $1,186,055.00 $245.00 $1,592,500.00 25 60 months S oer $692.98 $712.00 $1,088,000.00 782 $1,173,000.00 $980.00 $1,470,000.0018Cmonthpervehicle $23,807,355.00 l$$§ip$i§ MIAMM>ADE)1 OPENING:2:00 P.M. Wednesday February 12,2014 FOR INFORMATION CONTACT: LOURDES BETANCOURT,305-375-4121,L1121@miamidade.gov IMPORTANT NOTICE TO BIDDERS: •READ THIS ENTIRE DOCUMENT,THE GENERAL TERMS AND CONDITIONS,AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D)OFTHE GENERAL TERMS AND CONDITIONS. FAILURE TO SIGN BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON-RESPONSIVE MIAMI-DADE COUNTY INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT DIVISION MIAMI DADE] £01 MIAMI-DADE COUNTY,FLORIDA INVITATION TO BID Bid Number:8809-0/19 Bid Title:VEHICLE RENTAL SERVICES Procurement Officer:LOURDES BETANCOURT,CPPB Bids will be accepted until2:00p.m.onFebruary 12,2014 Bids will be publicly opened.The County provides equal access and does not discriminate on the basis of disability inits programs or services.Itisourpolicyto make all communication availableto the public,including those whomaybevisuallyorhearing impaired.If you require information ina non-traditional format please call305-375-5278. Instructions:TheClerkof the Board business hoursare8:00amto4:30pm,Mondaythrough Friday.Additionally,theClerkoftheBoardis closed onholidays observed by the County. EachBid submitted to the ClerkoftheBoardshallhave the followinginformationclearly marked on the faceofthe envelope:theBiddersname,return address,Bid number,opening date of the Bid and the title of the Bid.Included in the envelope shall be an original and two copies of the Bid Submittal,plus attachments if applicable. All Bids received time and date stamped by the Clerk of the Board prior to the bid submittal deadline shall be accepted as timely submitted.The circumstances surrounding all bids received and time stamped by the Clerk of the Board after the bid submittal deadline will be evaluated by the procuring department,in consultation with the County Attorney's Office,to determine whether the bidwill be accepted as timely. NOTICE TO ALL BIDDERS: *FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID NON- RESPONSIVE. THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS THAT REQUIRE REVIEW AND COMPLETION BY ANY BIDDER RESPONDING TO THIS SOLICITATION. MIAMI-DADE COUNTY INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT DIVISION MIAMI-DADE COUNTY BID NO.:8809-0/19 SECTION 1 GENERAL TERMS AND CONDITIONS Vehicle Rental Services All general terms and conditions of Miami-Dade County Procurement Contracts for Invitations toBid are posted online.Persons and Companies that receive an award from Miami-Dade County through Miami-Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant Contract.These standard general terms and conditionsare considered non-negotiable subject to the County's final approval. All applicable terms and conditions pertaining tothis solicitation and resultant contract may be viewed online at the Miami-Dade County Procurement Management website by clicking on the below link: http://www.miamidade.gov/prQcurement/librarv/bQilerplate/qeneral-terms-and-conditions- r13-8.pdf -i- Revised 1/29/13 Version 13 •DADE COUNTY BIDNO.:8809-0/19 SECTION 2 SPECIAL CONDITIONS VEHICLE RENTAL SERVICES 2.1 PURPOSE Thepurposeofthis solicitation istoestablishacontract for thepurchaseofvehicle rental services for several Miami-Dade County departments onanasneededbasis.The County is soliciting pricing fortwo different optionsbasedontheinsurancerequirementsand third party liability responsibilities: Option1:AwardedBidderis responsible forall insurance Option 2:County is responsible for third party liability andthe first $100of applicable physical damage losses See Paragraph 2.5belowfor details onthetwooptions. 2.2 TERM OF CONTRACT Thiscontractshallcommenceonthe first calendardayofthemonth succeeding approvalof thecontractbytheBoardofCountyCommissioners,or designee,unless otherwise stipulatedin the Blanket Purchase OrderissuedbytheCounty'sInternal Services Department,ProcurementManagementServices Division andcontingentuponthe completionandsubmittalofallrequiredbid documents.The contract shallexpireonthelast dayof the lastmonthofthefive(5)year contract term. 2.3 METHOD OF AWARD:TO THREE (3)LOWEST PRICED BIDDERS IN THE AGGREGATE TheCountyis soliciting pricing fortwodifferentoptions;howevertheCounty will awardonly one option(1 or 2)listedin Paragraph 2.1 above.Biddersmaybidon one orbothoptions. Based on the offersreceived,the County will decide theoptiontobe selected.Once the decision is made on the option selection,award will be made in accordance with the following: 2.3.1Awardofthis contract will be made upto three (3)lowestpriced responsive, responsible Bidder(s)in the aggregate and who meet the requirement of Paragraph 2.3.2 below.The aggregate price will be calculated by adding the extended prices forallline items.To be considered for award,the Bidder shall submit an offer onall items within the option.Ifa Bidder failsto submit an offer forall items within the option,itsoffermay be deemed non-responsive.The extended price for each line item will be calculated as follows: Extended Price: Estimated Number of Vehicles x Number of Days/weeks/months for the 5-year term xUnit Price 2.3.2 Motor Vehicle License Requirement: Chapter 320 of the Florida Statutes is applicable to this solicitation and states:"No motor vehicle,foreign or domestic may be sold,leased or offered for sale or lease in this state unless the Manufacturer,Importer or Distributor of such motor vehicle which issues an agreement to a motor vehicle dealer in this state is licensed under SS 320.60-320.70".Bidders submitting an offer in conjunction with this solicitation should MIAMI-DADE COUNTY BID NO.:8809-0/19 SECTION 2 SPECIAL CONDITIONS VEHICLE RENTAL SERVICES furnisha copy of this license with the offer.Failureto meet this requirement may result in rejection of that Bidder's offer. 2.3.3 While the method of award prescribes the method for determining the lowest responsive,responsible Bidder,the County will award this contract to the designated lowest Bidder as the primary Bidder andto the designated second lowest Bidder as the secondary Bidder and to the designated third lowest Bidder as the tertiary Bidder. If the County exercises this right,the primary Bidder shall have the primary responsibility toinitially perform the service identified in this solicitation.If the primary Bidder cannot perform,the County shall have the option to seek the identified services from the secondary and tertiary Bidders respectively. Award to multiple Bidders is made for the convenience of the County and does not exempt the primary awarded Bidder from fulfilling its contractual obligations. Failure of any Bidder to perform in accordance with the terms and conditions of the contract may result in the Bidder being deemed in breach of contract.The County may terminate the contract for default and charge the Bidder re-procurement costs,if applicable. 2.4 PRICES SHALL BE FIXED WITH ADJUSTMENTS ALLOWED: 2.4.1 The initial contract prices resultant from this solicitation shall fixed and firmfora one (1)year periodfrom the contract's initial effective date.Priorto completion of each contract anniversary date,the County may consider an adjustment toprice based on changes in the followingpricingindex:Producer Price Index (PPI),for Rental and Leasing of Goods,Passenger Car Rental,Series ID:WPU44110101 (not seasonally adjusted),as published by the U.S.Department of Labor,Bureau of Labor Statistics. 2.4.2 Itis the awarded Bidders'responsibilityto request any pricing adjustment under this provision.For any adjustment to commence on the first day of next one-year period, the request for adjustment should be submitted thirty(30)days priortoexpirationof the then current one-year period.This adjustment request shall not be in excess of the relevant pricing index change.Ifno adjustment request is received,the County will assume that the awarded Bidder has agreed to the currentprices. 2.4.3 The adjustment will beappliedbycalculating the percentage change (increaseor decrease)between the index values effective on the firstdayof the twelve(12) month periodand the most recent indexincludingall months designated as preliminary availableonthedayofadjustment.Dayof adjustment will bethelast business dayof the twelve (12)month period. 2.4.4 The County reserves the right torejectanyprice adjustments submitted bythe awarded Bidder. 2.4.5Rateprices submitted hereinbyBiddershallbeinclusiveofall Holidays,special events,peak seasons,etc.Noadditionalprice increase or fees shallbeapplicable. -2- WHAMI-DADE COUNTY BIDNO.:8809-0/19 SECTION 2 SPECIAL CONDITIONS VEHICLE RENTAL SERVICES 2.5 INSURANCE REQUIREMENTS 2.5.1 OPTION 1: ForOption1,the awarded Bidderis responsible forall insurance.The insurance requirements listedbelow supersede the requirements stated in Section 1, Paragraphs 1.21(A,B,and C): The awarded Biddershallfurnishto the Internal ServicesDepartment /Procurement Management Services,111 NW 1st Street,Suite 1300,Miami,Florida 33128-1989, Certificate(s)of Insurance whichindicatethat insurance coverage has been obtained which meets the requirements as outlined below: Automobile Liability Insurance covering all owned,non-owned and hired vehicles used in connection with the work,in an amount not less than $300,000 combined single limit per occurrence forbodilyinjury and property damage. Miami Dade County will not be responsible for any physical damage to rental vehicles. All insurance policies required above shall be issued by companies authorized todo business under the lawsof the State ofFlorida,with the following qualifications: The company must be rated no less than "A-"as to management,and no less than "Class VII"as tofinancial strength by A.M.Best Company,Oldwick,New Jersey,or its equivalent,subject to the approval of the County Risk Management Division. or The company must holdavalid Florida Certificate ofAuthority as shown in the latest "ListofAll Insurance Companies Authorized or Approved toDo Business inFlorida" issued by the State ofFlorida Department of Financial Services and are members of the Florida Guaranty Fund. CERTIFICATE HOLDER MUST READ:MIAMI-DADE COUNTY 111 NW 1st STREET SUITE 2340 MIAMI,FL 33128 2.5.2 OPTION 2: For Option 2,County is responsible forthird party liability and the first $100 of applicable physical damage losses.Insurance requirements of Section 1,Paragraph 1.21 do not apply to this option. 2.5.2.1 THIRD PARTY LIABILITY: The County assumes liability and holds the awarded Bidder(s)harmless forallthird party losses that may ensure from any orall County department vehicle rentals under this contract,subject to the limitations and maximum dollar limits established by Florida Statue 768.28. -3- MIAMI-DADE COUNTY BID NO.:8809-0/19 SECTION 2 SPECIAL CONDITIONS VEHICLE RENTAL SERVICES 2.5.2.2 PHYSICAL DAMAGE: 1.The County shallnotbe responsible forphysical damage,including loss ofany rental vehicle in excess of $100.00 per vehicle per occurrence.Furthermore,the Countyshallnotbe responsible fornormal wear and tear ofthe vehicles rented under this contract. 2.The County will have the firstrightto inspect and obtain an independent appraisal of the damaged vehicle.The awarded Bidder may repair any and all vehicles at its authorized repair facility,and the awarded Bidder may elect to deem the vehicle un-repairable pursuant to criteria that ismutually acceptable and agreed toby both parties. 3.Claims for physical damage onall vehicles must be submitted to Miami-Dade County Internal Services Department's Risk Management Division at 111 N.W. 1st Street,Suite 2340,Miami,Florida,Attn:Claims Coordinator within ten (10) days of return of the vehicle to the awarded Bidder.The accompanying invoice must contain the rental agreement number,vehicle number,date of occurrence, Police Case #as supplied by the investigating officer or the Miami Dade Police Department/Fleet Management Section,a completed "Standard County Automobile Accident Report"(See "Notice of County Motor Vehicle Accident." form below)and evidence that the vehicle has been repaired or destroyed by evidence of either (a)or(b)below: (a)The vehicle has been completely destroyed or has been totaled, scrapped or salvaged. (b)The vehicle has been repaired as documented by the attached paid repair invoices.Statements are not acceptable. Repair estimates will not be paid.Claims submitted more than (60)sixty days from date of occurrence willnotbe processed. -4- MIAMI-DADE COUNTY SECTION 2 SPECIAL CONDITIONS VEHICLE RENTAL SERVICES BID NO.:8809-0/19 Interna]Services Department FUsk Management Dircsan -111D1W.1st Stat -Sufta 2340 Miami,FloraSa 3312B-1SB7 -Tefepjhons:305-375-42Ba/Fax:305-67S-77B8 NOTICE Q¥COUOTY f^OTOR VEHICLE &CCIDEMT (PLEASE COMPLETE BOTH PAGESOF TOIS FORM BN DETAIL)Prompt ReportAH MotocrlfeMcte AccMentsto*fha PoEce.InCaseof Serious Inning CaD 9-1-1. Fo<r3fffcs*ruct3CKnia on ReportingAcdtaits Fte-f^to i^MMimit-HJisdeCotmity Safety ManoM. Tite Address of Perso DepsrtmaiEt PSirmnipr p (Gety mMakireq Rapmt Dw 3 re! JfengflfipflisHprfi^no^H^SuparvB^^Expert SKHicccnptetEd?IZlTfes DPSo PULCEQF DateofAEddBiBt Time •*.!!CI PM Accatent {toctsratil at jMdress! Cte State Sp tefepoftftfedefriPtfBce D%s Di Agora^AliiracrrMfiy Cass# QSmgrWaroa:Bsri(paorU]_#PhMiei QEWiY UB1S1E wmwm tear ififiaka m^sl WHS UclS Ve&icfei NameoffBatrar Dram License-§ PhraiBfflty p ^ ^Wiareroa^VEniclete^enifAiaressl Est&BtflfRspaffB Specify Eamap Name off County BnptayBa M^irfa is assigned ft> §mmEm ¥EffI&JE ononaei Name-Arii&BSS C8y State Zip FbcaifiSp m p^ Nam&ofOttiBrDrrreji5far^ifcab]&;i Orr^License i Address PhraiaSfty (W)(C6II} IMDainapril Property Wftare mayanto ordamapaiS prepay to saeii {Address} PHUHMT 5fAntarMakB&Yeair iir.5 State Name off fins.Dk 8ns Rnficy #!ns_Cd Ftaa # SECURE BE HNftE^JUHffiBHES JHD ffiONEMIMB3S OF MHB9E30R 0THERPEP,SDi"S ^r^GlirED E JUMBO" PSaasacSieekffllecDWlnsss DpffisenprmDaioitijrvBMclg DPls^nnBrm other vehicte El RaBasteian>D Other Uame Adifrass Cffly State Sp Telephone #(m fWl pll)IJsffajieiasfifanyf Pfeass check orBardWtass DPasaaiKjei'mnHMtyweSiEfB DPassangeimflitHr'raMda nPedsstnaia noilar Address Cfty state Zip TBlEprKmeip (Wl fGallt List Whines rtf araui. Ffeass check or Hams tsrDWi&iBSS DPasagn!gEr"mDDi@ityyE3iffitfl nPassangBiiniofoflrwgltK&•PfidBstnam nofoar Address City StateZip TB(ep]KH»#i[H]i fflfl JDallL List tmiuriiBS fit aifivt DMEflF REPORT Date ofthisreport [Mdyaifltaka pirates?n Yes D Nd #Gfp8iatDStaksiB Ifthisacefflegrt wasnotrapartet!prannpn},explain daisy: Bagel 4$2 essaif.fciflH •5- MIAMI-DADE COUNTY BID NO.:8809-0/19 SECTION 2 SPECIAL CONDITIONS VEHICLE RENTAL SERVICES 2.6 DELIVERY REQUIREMENTS: A vehicle shall be picked-up by the County within the shortest time possible,but not to exceed one (1)hour from the time of request.When a vehicle isnot available,during the prescribed one-hour timeframe,a vehicle upgrade shall be supplied to the County.The vehicle upgrade shall be charged at the same rate as the class of the original vehicle requested. 2.7 CONTACT PERSON: For any additional information regarding the terms and conditions of this solicitation and resultant contract,Contact:Lourdes Betancourt,at (305)375-4121 email: L1121@miamidade.gov 2.8 RENTAL OF OTHER VEHICLES NOT LISTED WITHIN THIS SOLICITATION BASED ON PRICE QUOTES: While the County has listed all major vehicles within this solicitation which are utilized by County departments in conjunction with their operations,there may be other vehicles that may be rented by the County during the term of this contract.Under these circumstances,a County representative will contact awarded Bidder(s)to obtain a price quote for the vehicle. The County reserves the rightto award these similar or additional items to the Bidder offering the lowest quote under this contract or acquire the items through a separate solicitation. 2.9 VEHICLE SHALL BE MOST RECENT MODEL AVAILABLE: The vehicle being offered by the awarded Bidder shall be the most recent model available. Any optional components that are required in accordance with the contract specifications shall be considered standard equipment for purposes of this solicitation. 2.10 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS: It is hereby agreed and understood that any County department or agency may avail itself of this contract andrentanyandall vehicles specified herein from the awarded Bidder(s)at the contract price(s)established herein. -6- MIAMI-DADE COUNTY BIDNO.:8809-0/19 SECTION 3 TECHNICAL SPECIFICATIONS VEHICLE RENTAL SERVICES 3.1 VEHICLE SPECIFICATIONS: Thevehiclesshallbelatemodels with low mileage,neatandclean in appearance,and in goodoperating condition,complete with air conditioning,automatictransmission,radio, power brakes and power steering. 3.2 MAINTENANCE: 3.2.1TheawardedBiddershall provide allmaintenanceandservicetokeepthevehicle in a safe andfirst class operatingconditionduringthe course oftherental.The awardedBiddershallstipulatein writing (atthe beginning oftherentalperiod)the timeperiodsormileageintervalsthevehicles are dueforpreventive maintenance, shouldthelengthoftherequested rental indicatethatmaintenanceand servicing may be required during the rentalperiod. 3.2.2 The awarded bidder shallmakeprovisionsfor maintenance within 24-hours minimum notice. 3.2.3 The awarded Biddershall state the days of the week and business hours that maintenance and/or replacement services are available and shall state the name, location and business hours of the locations,other than the bidder's premises,where these services are available. 3.3 REPLACEMENTS: 3.3.1 When avehicleisoutof service due to mechanical breakdown,repairs,accident, preventive maintenance,orany other reason that isnot due toanyfaultor negligence of the County,the awarded Bidder shall furnish a replacement at no additional charge.For replacements that are ofalower class,grade,size,ormodel, the awarded Bidder shall charge a reduced rate to the County.For replacements which are ofa higher class,grade,size,ormodel,andwhen such an upgrade was not requested by the County,the awarded Bidder shallnot charge for the upgrade to the County. 3.3.2 A pro-rated dailyrental charge (1/30of the monthly charge)shallbe deducted from the monthly payments for any vehicle out of service forwhichno adequate replacement is provided for each day,orportion thereof exceeding 8 hours,that no adequate replacement is provided. 3.3.3 If the vehicle is out of service because of damage ordisability due toafault then the County shall be responsible for the rental payment for the vehicle fora reasonable length oftime,until repairs or other disposition can be made.When the awarded Bidder furnishes a replacement vehicle,the County shall pay forboth vehicles at the contract rate until the repair or disposition of the out of service vehicle is made.The "reasonable length oftime"shall be determined by mutual agreement between the awarded Bidder and the County. 3.3.4 Claim invoices must be submitted to Miami-Dade County within (60)sixty-days after the collision or other occurrence being claimed has occurred.The invoices must be -7- MIAMI-DADE COUNTY BID NO.:8809-0/19 SECTION 3 TECHNICAL SPECIFICATIONS VEHICLE RENTAL SERVICES supported by accompanying written evidence that the vehicle damage has been repaired.Repair estimates are not acceptable and shallnotbepaid. 3.4 RENTAL REQUIREMENTS: 3.4.1 At the time that the County rents a vehicle,the awarded Bidder shall furnish the Countya statement of procedures,which will befollowedbythe user of the rental vehicle when they experience mechanical or other problems with the rental vehicle. 3.4.2 The awarded Biddershallprovideaminimum notice of48 hours to the County department requesting the rental when the rental vehicle needs tobe exchanged for another vehicle.The awarded Bidder shall also conduct and complete allof the administrative details with the department. 3.4.3 The awarded Bidder shall conduct all of the administrative details with the administrative staff of the County department requesting the rental rather than with the users of the vehicles.For example,if new license tag decals (or temporary license tags)are to be placed on the rental vehicles,such decals will be sent to the County department,for forwarding to the users rather than requiring the users to drive to the awarded Bidder's place of business. MIAMI-DADE COUNTY Submit Bid To: CLERK OF THE BOARD Stephen P.Clark Center 111NW1st Street 17th Floor,Suite202 Miami,Florida 33128-1983 SECTION 4 BID SUBMITTAL FORM 1111%MIAW^^iil BID NO.:8809-0/19 OPENING:2:00 P.M. Wednesday February 12,2014 PLEASE QUOTEPRICESF.O.B.DESTINATION,FREIGHT ALLOWED,LESS TAXES, DELIVERED INMIAMI-DADE COUNTY,FLORIDA. NOTE:Miami-Dade County is exempt from all taxes (Federal,State,Local).Bidprice should be less all taxes.Tax Exemption Certificatefurnishedupon request. Issued by: Lourdes Betan court ISD/PM Date Issued: 1/17/2014 This Bid Submittal Consists of Pages 9 through 24 and affidavits SealedbidssubjecttotheTermsandConditionsofthis Invitation to Bid andtheaccompanyingBid Submittal. Suchothercontract provisions,specifications,drawings orotherdataasareattachedor incorporated by reference in the Bid Submittal,will be received at the office of the Clerk of the Board at the address shown above until the above stated timeanddate,andatthattime,publicly opened for furnishing thesuppliesor services described in the accompanying BidSubmittal Requirement. Title: Vehicle Rental Services ABid Deposit in the amount ofN/A the total amount of the bidshall accompany allbids. A Performance Bondin the amount ofN/A the total amount of the bidwill be requiredupon execution of the contract by the successful bidder andMiami-DadeCounty. DO NOT WRITE IN THIS SPACE ACCEPTED NON-RESPONSIVE. DATE B.C.C. ITEM NOS.ACCEPTED HIGHER THAN LOW NON-RESPONSIBLE. NOBID COMMODITYCODE:975-14 Procurement Contracting Officer:Lourdes Betancourt FIRM NAME RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS. FAILURE TO SIGN THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON-RESPONSIVE. -9- MIAMI-DADE COUNTY FIRM NAME: SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.:8809-0/19 1.SUB-COMPACT CAR (Ford Focus,Nissan Versa,Toyota Yaris,etc.).See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 1A 2 1825 days $per day per vehicle 1B 2 260 weeks $per week per vehicle 1C 1 60 months $per month per vehicle 2.COMPACT CAR 2-DOOR MODEL (Toyota Corolla,Mazda 3,Ford Focus,etc.).See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 2A 2 1825 days $per dav per vehicle 2B 2 260 weeks $per week per vehicle 2C 1 60 months $per month per vehicle 3.CONVERTIBLE 2-DOOR SEDANMODEL(Ford Mustang,Chevrolet Camaro,Chevrolet Corvette,etc.)See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 3A 2 1825 days $per dav per vehicle 3B 2 260 weeks $per week per vehicle 3C 1 60 months $per month per vehicle -10- •DADE COUNTY FIRM NAME: SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.:8809-0/19 4.COMPACT CAR 4-DOOR MODEL (Chrysler200,Chevy Malibu,Nissan Altima,etc.). See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 4A 2 1825 days $per dav per vehicle 4B 2 260 weeks $per week per vehicle 4C 1 60 months $per month per vehicle 5.MID-SIZE 2-DOOR MODEL (ToyotaCamry,NissanMaxima,FordFusion,etc.).See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 5A 38 1825 days $per dav per vehicle 5B 38 260 weeks $per week per vehicle 5C 32 60 months $per month per vehicle 6.MID-SIZE4DOORMODEL(ToyotaCamry,Dodge Avenger,Ford Fusion,etc.).See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 6A 38 1825 days $per dav per vehicle 6B 37 260 weeks $per week per vehicle 6C 37 60 months $per month per vehicle -11 MIAMI-DADE COUNTY FIRM NAME: SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.:8809-0/19 7.FULL-SIZECAR(Ford Taurus,Dodge Charger,etc.).See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 7A 6 1825 days $per dav per vehicle 7B 5 260 weeks $per week per vehicle 7C 5 60 months $per month per vehicle 8.FULL SIZE LUXURYCAR (Cadillac,Lincoln,etc.)See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 8A 6 1825 days $per dav per vehicle 8B 5 260 weeks $per week per vehicle 8C 5 60 months $per month per vehicle 9.MINI-PASSENGER VAN (Seven-Passenger) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 9A 8 1825 days $per dav per vehicle 9B 8 260 weeks $per week per vehicle 9C 7 60 months $per month per vehicle -12- -DADE COUNTY FIRM NAME: SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES 10.STANDARD PASSENGER(Twelve-Passenger) BID NO.:8809-0/19 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 10A 8 1825 days $oer dav per vehicle 10B 7 260 weeks $per week per vehicle 10C 7 60 months $per month per vehicle 11.UTILITY VEHICLES TWO WHEEL DRIVE (Explorer,Ford Escape,NissanRogue,etc.) See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 11A 10 1825 days $per dav per vehicle 11B 10 260 weeks $per week per vehicle 11C 8 60 months $per month per vehicle 12.UTILITY VEHICLES FOUR WHEEL DRIVE (Explorer,Jeep Grand Cherokee,etc.)See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 12A 10 1825 days $per dav per vehicle 12B 10 260 weeks $per week per vehicle 12C 8 60 months $per month per vehicle 13- MIAMI-DADE COUNTY FIRM NAME: SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.:8809-0/19 13.FULL SIZE UTILITY SUV VEHICLES TWO WHEEL DRIVE (Chevy Tahoe,Ford Expedition,etc.)See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 13A 5 1825 days $per dav per vehicle 13B 5 260 weeks $per week per vehicle 13C 5 60 months $per month per vehicle 14.FULL SIZE UTILITY SUVVEHICLES FOUR WHEELDRIVE (Chevy Tahoe,Ford Expedition,etc.)See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 14A 5 1825 days $per dav per vehicle 14B 5 260 weeks $per week per vehicle 14C 5 60 months $per month per vehicle 15.FULL SIZECARGOVANS(Approximately3/4Ton Capacity) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 15A 8 1825 days $per dav per vehicle 15B 8 260 weeks $per week per vehicle 15C 8 60 months $per month per vehicle -14- MIAMI-DADE COUNTY FIRM NAME: SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES 16.MINI-CARGO VANS (Approximately 1/2TonCapacity) BID NO.:8809-0/19 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 16A 8 1825 days $per dav per vehicle 16B 7 260 weeks $per week per vehicle 16C 7 60 months $per month per vehicle 17.STANDARD PASSENGER (Fifteen-Passenger) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 17A 5 1825 days $per dav per vehicle 17B 5 260 weeks $per week per vehicle 17C 21 60 months $per month per vehicle 17D*70 15 months $per month per vehicle *Vans foritem#17D above are rented for approximately three months every year during the summer. 18.EXTRA-CAB 1/2TONFULL-SIZED PICK-UP TRUCKS (FORD F-150,CHEVROLET 1500,DODGE1500)See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 18A 25 1825 days $per dav per vehicle 18B 25 260 weeks $per week per vehicle 18C 25 60 months $per month per vehicle -15- MIAMI-DADE COUNTY FIRM NAME: SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.:8809-0/19 1.SUB-COMPACT CAR(Ford Focus,Nissan Versa,Toyota Yaris,etc.).See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 1A 2 1825 days $per dav per vehicle 1B 2 260 weeks $per week per vehicle 1C 1 60 months $per month per vehicle 2.COMPACT CAR 2-DOOR MODEL (Toyota Corolla,Mazda 3,Ford Focus,etc.).See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 2A 2 1825 days $per dav per vehicle 2B 2 260 weeks $per week per vehicle 2C 1 60 months $per month per vehicle 3.CONVERTIBLE 2-DOOR SEDANMODEL (Ford Mustang,Chevrolet Camaro,Chevrolet Corvette,etc.)See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 3A 2 1825 days $per dav per vehicle 3B 2 260 weeks $per week per vehicle 3C 1 60 months $per month per vehicle -16- •DADE COUNTY FIRM NAME: SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.:8809-0/19 4.COMPACT CAR 4-DOOR MODEL (Chrysler 200,Chevy Malibu,Nissan Altima,etc.). See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 4A 2 1825 days $per dav per vehicle 4B 2 260 weeks $per week per vehicle 4C 1 60 months $per month per vehicle 5.MID-SIZE 2-DOOR MODEL (Toyota Camry,Nissan Maxima,Ford Fusion,etc.).See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 5A 38 1825 days $per dav per vehicle 5B 38 260 weeks $per week per vehicle 5C 32 60 months $per month per vehicle 6.MID-SIZE4DOORMODEL (Toyota Camry,Dodge Avenger,FordFusion,etc.).See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 6A 38 1825 days $per dav per vehicle 6B 37 260 weeks $per week per vehicle 6C 37 60 months $per month per vehicle -17- MIAMI-DADE COUNTY FIRM NAME: SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.:8809-0/19 7.FULL-SIZECAR(Ford Taurus,Dodge Charger,etc.).See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 7A 6 1825 days $per dav per vehicle 7B 5 260 weeks $per week per vehicle 7C 5 60 months $per month per vehicle 8.FULL SIZE LUXURYCAR (Cadillac,Lincoln,etc.)See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 8A 6 1825 days $per dav per vehicle 8B 5 260 weeks $per week per vehicle 8C 5 60 months $per month per vehicle 9.MINI-PASSENGER VAN (Seven-Passenger) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 9A 8 1825 days $per dav per vehicle 9B 8 260 weeks $per week per vehicle 9C 7 60 months $per month per vehicle 18- MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES FIRM NAME: 10.STANDARD PASSENGER(Twelve-Passenger) Item 10A 10B 10C Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term 1825 days 260 weeks 60 months Unit Price BID NO.:8809-0/19 .per day per vehicle .per week per vehicle .per month per vehicle 11.UTILITY VEHICLES TWO WHEEL DRIVE (Explorer,FordEscape,Nissan Rogue,etc.)See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 11A 10 1825 days $per dav per vehicle 11B 10 260 weeks $per week per vehicle 11C 8 60 months $per month per vehicle 12.UTILITY VEHICLESFOURWHEEL DRIVE (Explorer,Escape,Jeep Grand Cherokee,etc.) See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 12A 10 1825 days $per dav per vehicle 12B 10 260 weeks $per week per vehicle 12C 8 60 months $per month per vehicle -19- MIAMI-DADE COUNTY FIRM NAME: SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.:8809-0/19 13.FULL SIZE UTILITY SUV VEHICLES TWO WHEEL DRIVE (Chevy Tahoe,Ford Expedition, etc.)See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 13A 5 1825 days $per dav per vehicle 13B 5 260 weeks $per week per vehicle 13C 5 60 months $per month per vehicle 14.FULL SIZE UTILITY SUVVEHICLES FOUR WHEEL DRIVE (Chevy Tahoe,Ford Expedition,etc.)See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 14A 5 1825 days $per dav per vehicle 14B 5 260 weeks $per week per vehicle 14C 5 60 months $per month per vehicle 15.FULL SIZECARGOVANS(Approximately3/4Ton Capacity) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 15A 8 1825 days $per dav per vehicle 15B 8 260 weeks $per week per vehicle 15C 8 60 months $per month oer vehicle -20- MIAMI-DADE COUNTY FIRM NAME: SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES 16.MINI-CARGO VANS (Approximately 1/2 Ton Capacity) BID NO.:8809-0/19 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 16A 8 1825 days $per dav per vehicle 16B 7 260 weeks $per week oer vehicle 16C 7 60 months $per month per vehicle 17.STANDARD PASSENGER (Fifteen-Passenger) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 17A 5 1825 days $per dav per vehicle 17B 5 260 weeks $per week per vehicle 17C 21 60 months $per month per vehicle 17D*70 15 months $per month oer vehicle *Vansforitem#17D above arerentedforapproximately three months every year duringthe summer. 18.EXTRA-CAB 1/2TON FULL-SIZED PICK-UPTRUCKS(FORD F-150,CHEVROLET1500, DODGE1500)See Section 3,Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 18A 25 1825 days $per dav per vehicle 18B 25 260 weeks $per week per vehicle 18C 25 60 months $per month per vehicle -21 MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR: Vehicle Rental Services ACKNOWLEDGEMENT OF ADDENDA BID NO.:8809-0/19 INSTRUCTIONS:COMPLETE PART I OR PART II,WHICHEVER APPLIES PART I: LIST BELOW THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID PART II: Addendum #1,Dated Addendum #2,Dated Addendum #3 Dated Addendum #4 Dated Addendum #5 Dated Addendum #6 Dated Addendum #7 ,Dated Addendum #8 ,Dated •NOADDENDUM WAS RECEIVED IN CONNECTIONWITHTHISBID FIRM NAME: AUTHORIZED SIGNATURE: TITLE OF OFFICER: DATE: •22 •DADE COUNTY BID NO.:8809-0/19 MIAMI DADE BID SUBMITTAL FORM Bid Title:Vehicle Rental Services By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (asan entity)todo business with the County, including all Conflict of Interest and Code of Ethics provisions in Section 2-11 ofthe Miami-Dade County Code.Any County employee or member ofhisorher immediate family seeking to contract with the County shall seeka conflict of interest opinion from the Miami-Dade County Ethics Commission prior to submittal ofa Bid response or application of any type to contract with the County by the employee or his orher immediate family and file a copy ofthat request for opinion andany opinion or waiver from the Board of County Commissioners with the Clerk ofthe Board.The affected employee shall file with the Clerk ofthe Board a statement in a form satisfactory tothe Clerk disclosing the employee's interest orthe interest ofhisorher immediate family in the proposed contract andthe nature ofthe intended contract atthe same time asor before submitting a Bid,response,or application ofany type to contract with the County.Also a copy ofthe request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion,orany waiver issued by the Board of County Commissioners,mustbe submitted with theresponsetothe solicitation. In accordance with Sec.2-11.1 (s)ofthe County Codeas amended,prior to conducting any lobbying regarding this solicitation,theBidder must file the appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate form in relation toeach solicitation maybe considered asevidencethatthe Bidder isnota responsible contractor. The Bidder confirms thatthis Bid ismade without prior understanding,agreement,or connection with any corporation,firm,or person submitting a Bid forthesamegoodsand/orservicesandin all respectsis without collusion,andthatthe Bidder will acceptany resultant award.Further,the undersigned acknowledges that award ofa contract is contingent upon vendor registration.Failure toregisterasa vendor within the specified timemayresultinyourfirm notbeingconsideredfor award. Pursuant to Miami-Dade County Ordinance 94-34,any individual,corporation,partnership,joint venture orother leg^entity having an officer,director,or executive whohasbeen convicted ofa felony during thepastten (10)years shall disclose this information atthe time of bidorproposalsubmission. •Place acheckmarkhereonlyifbidderhassuch conviction todisclose. By executing this proposal through a duly authorized representative,the proposer certifies thattheproposerisnot on the Scrutinized Companies with Activities in Sudan List orthe Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,asthoseterms areusedanddefinedinsections287.135and215.473ofthe Florida Statutes.In theeventthattheproposeris unable to provide such certification but still seekstobe considered for awardofthis solicitation,the proposer shall executethe proposal through a duly authorized representative and shall also initial thisspace:.In such event,the proposer shall furnish together with its proposal a duly executed written explanation ofthe facts supporting any exception tothe requirement for certification thatit claims under Section 287.135 of the Florida Statutes.The proposer agreesto cooperate fully with the County in any investigation undertaken bythe County to determine whether the claimed exception would be applicable.The County shall havethe right to terminate any contract resulting from this solicitation for default if the proposer is found to have submitted a false certification orto have been placed onthe Scrutinized Companies for Activities in Sudan List orthe Scrutinized Companies with Activities inthe Iran Petroleum Energy Sector List. LOCAL PREFERENCE CERTIFICATION:For the purpose of this certification,alocal business"isa business located within the limits of Miami-Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties)that conforms with the provisions of Section 1.10 ofthe General Terms and Conditions of this solicitation and contributes tothe economic development ofthe community in a verifiable and measurable way.This may include,but not be limited to,the retention and expansion of employment opportunities andthesupportandincreasetothe County's taxbase. •Place acheck mark hereonlyif affirming bidder meets requirements for Local Preference.Failure to complete this certification atthistime(bycheckingtheboxabove)mayrenderthevendor ineligible for Local Preference. LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION:Forthe purpose ofthis certification,a locally-headquartered business"isa Local Business whose "principal placeof business"is in Miami-Dade County,as defined in Section 1.10 ofthe General Terms and Conditions of this solicitation. D Place acheck mark here onlyif affirming bidder meets requirements for the Locally-Headquartered Preference (LHP).Failure tocompletethis certification atthistime(bycheckingtheboxabove)mayrenderthevendor ineligible forthe LHP.Theaddressof the locally-headquartered office is . -23- Revised 11/6/12 Version 12 MIAMI-DADE COUNTY BID NO.:8809-0/19 BID SUBMITTAL FORM LOCAL CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION:ALocal Certified Service-Disabled Veteran Business Enterprise isa firm thatis(a)a local business pursuant to Section 2-8.5oftheCodeof Miami-Dade County and(b)prior to bid submission is certified bytheStateof Florida Department of Management Services asa service-disabled veteran business enterprise pursuantto Section 295.187 ofthe Florida Statutes. •Place acheck mark here onlyif affirming bidder isa Local Certified Service-Disabled Veteran Business Enterprise.Acopyof the certification must be submitted withthisproposal. COUNTY USERACCESS PROGRAM (UAP):Jointpurchaseandentityrevenuesharing program Forthe County's information,thebidderisrequestedto indicate,at'A'and 'B'below,itsgeneral interest in participating intheJointPurchase Program ofthe County UserAccess Program (UAP)described in Section 1.35ofthiscontract solicitation,ifthat section ispresentinthis solicitation document.Bidder participation intheJoint Purchase portion ofthe UAP is voluntary,andthe bidder's expression of general interestat 'A'and'B'below isforthe County's information only and shallnotbebinding onthe bidder. A.If awarded this County contract,would you be interest in participating in theJointPurchase portion ofthe UAP with respecttoother governmental,quasi-governmental or not-for-profit entities located within the geographical boundaries of Miami-Dade County? Yes No B.If awarded this County contract,would you be interested in participating in the Joint Purchase portion ofthe UAP with respectto other governmental,quasi-governmental or not-for-profit entities located outside the geographical boundaries of Miami-Dade County? Yes No FirmName: Street Address: Mailing Address (if different):. Telephone No.:Fax No.: Email Address:;FEIN No._/_-_/_/_/_/_/_/_ Prompt Payment Terms:%days net days (Please see paragraph 1.2Hof General Termsand Conditions) Signature:(Signature of authorized agent) *"By signing this document the bidder agrees toall Terms andConditions of this Solicitation and the resulting Contract" Print Name:Title: THEEXECUTIONOFTHISFORM CONSTITUTES THEUNEQUIVOCALOFFEROF PROPOSER TOBEBOUNDBYTHE TERMS OF ITSPROPOSAL.FAILURETOSIGNTHIS SOLICITATION WHERE INDICATED ABOVEBYANAUTHORIZEDREPRESENTATIVE SHALL RENDER THE PROPOSAL NON-RESPONSIVE.THE COUNTY MAY,HOWEVER,IN ITS SOLE DISCRETION,ACCEPT ANY PROPOSALTHAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDSTHEPROPOSERTOTHETERMSOF ITS OFFER. -24- Revised 11/6/12 Version 12 MIAMI-DADE COUNTY BID NO.:8809-0/19 MIAMI Mlaml-Dade County Internal Services Department Procurement Management Division Affirmation of Vendor Affidavits in accordance with Ordinance 07-143 amending Section 2-8.1 of the Code of Miami-Dade County,effective June 1,2008, vendors are required to complete a new Vendor Registration Package,including aUniform Affidavit Packet (Vendor Affidavits Form),before being awarded a new contract.The undersigned affirms that the Vendor AffidavitsForm submitted with the Vendor Registration Package is current,complete and accurate for each affidavit listed below. Federal Employer Contract No.:Identification Number (FEIN): Contract Title: Affidavits and Legislation/Governing Body 1.Mlaml-Dade County Ownership Disclosure Sec.2-8.1 of the County Code 6.Mlaml-Dade County Vendor Obligation to County Section 2-8.1 of the County Code 2.Miami-Dade County Employment Disclosure County Ordinance No.90-133,amending Section 2.8-1 \d)[2]of the County Code 7.Mlaml-Dade County Code ofBusinessEthics Article 1,Secffon 2-6.1 (i)and2-11 (bj(1}oftheCountyCode through (6J and (9)ofthe County Codeand CountyOrdinanceNo 00-1 amending Section2-1hi [c]oftheCounty Code 3.Miami-Dade County Employment Drug-free Workplace Certification Section 2-8.1.2(b)f the County Code 8.Mlaml-Dade County Family Leave ArticleVof Chapter 11 ofthe County Code 4.Mlaml-Dade County Disability Non-Discrimination Article 1,Section 2-8.1.5 Resolution R182-00 amending R-385-95 9.Miami-Dade County Living Wage Section 2-8.9 of the County Code 5.Mlaml-Dade County Debarment Disclosure Section 10.38 of the County Code 10.Miami-Dade County Domestic Leave and Reporting Article 8,Section IJA-60 11A-67 of the County Code Printed Name of Affiant Name of Firm Address of Firm Notary Public -State of Printed Title of Affiant State Notary Public Information County of Signature of Affiant Date Zip Code Subscribedand sworn to (oraffirmed)before me this day of,20 ._ by He or she is personally known to me I I orhas produced identification I I Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal Page 1of3 Revised 1/12/12 MIAMI-DADE COUNTY BID NO.:8809-0/19 FAIR SUBCONTRACTING PRACTICES (Ordinance 97-35) In compliance with Miami-Dade County Ordinance 97-35,the Bidder shall submitwiththebid proposal a detailed statementofits policies and procedures (use separate sheetif necessary)forawarding subcontractors inaccordancewithSection1,Paragraph1.15 •NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Signature Date Page 2of3 Revised 2/11/11 MIAMI-DADE COUNTY Nameof Proposer: SUBCONTRACTOR/SUPPLIER LISTING (Miami-Dade CountyCodeSections2-8.1,2-8.8and 10-34) FEIN No. 8809-0/19 In accordance with Sections 2-8.1,2-8.8 and 10.34 ofthe Miami-Dade County Code,this form mustbe submitted asa condition of award by all Proposers on County contracts for purchase of supplies,materials or services,including professional services which involve expenditures of $100,000 or more,and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more.The Proposers who is awardedthiscontractshallnotchangeor substitute first tier subcontractors or direct suppliers orthe portions ofthecontract work tobe performed or materialstobe supplied from those identified,except upon written approval ofthe County.TheProposersshouldenterthe word "NONE"underthe appropriate heading ofthis form ifno subcontractors or suppliers will beusedonthe contract and sign the form below. In accordance with Ordinance No.11-90,an entity contracting with the County shall report therace,genderand ethnic origin ofthe owners and employees of all first tier subcontractors/suppliers.In the event that the recommended Proposer demonstrates tothe County prior to award that the race,gender,and ethnic information is not reasonably available at that time,the Proposer shallbe obligated to exercise diligent efforts toobtainthat informationandprovide the same totheCountynot later thanten (10)days afterit becomes available and.in anv event,priortofinal payment underthe contract. (Please duplicate thisformifadditional space is needed.) Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope ofWorkto bePerformedby Subcontractor/ Subconsultant PrincipalOwner (Enterthenumberofmaleandfemaleownersby race/ethnicity) Employee(s) (Enterthe number ofmaleand femaleemployeesandthenumber of employees by race/ethnicity) Gender Race/Ethnicity Gender Race/Ethnicity M F o CO CD o *E CO o. CO X u E J2 .5 *° '5 < 5»co J** 5Z cB 6 M F i U CO CO •i CO Q. CO X ABian/racmc Inlander.,NativeAmerican/NativeAlaskan CD 6 Business Name and Address ofFirstTierDirect Supplier Principal Owner Supplies/Material s/Services to be Providedby Supplier PrincipalOwner (Enterthenumberofmaleandfemaleownersby race/ethnicity) Employee(s) (Enterthenumberofmaleand femaleemployeesandthenumber of employees byrace/ethnicity) Gender Race/Ethnicity Gender Race/Ethnicity M F 0) IE 5 o CD CD .0 'c s. CO X u i- CO (O *co < 1 ci S-2 << 2 5 o M F Si GO s. CO X i * c « n a to — 1 CO s *° o>> |z <5 O |I Mark here if race,gender and ethnicity information isnotavailable and will be provided ata later date.This data may be submitted to contracting department or on-linetotheSmall Business DevelopmentoftheDepartmentofRegulatoryandEconomic Resources at http://www.miamidade.gov/business/business- development-contracts.asp.Asaconditionof final payment,ProposershallprovidesubcontractorinformationontheSubcontractorPaymentReportSub200 form which can be found at http://www.miamidade.gov/business/librarv/forms/subcontractors-pavment.pdf. /certify thatthe representations contained inthis Subcontractor/Supplier listing aretothebestofmy knowledge true and accurate. Signature ofProposer Print Name Print Title Date 3 of 3 SUB 100 Rev.6/12 Detail by Entity .Name Florida Department of State Division of Corporations Detail by Entity Name Florida Profit Corporation ROYAL RENT-A-CAR SYSTEMS OFFLORIDA,INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 3650 NWS.RIVER DR MIAMI,FL 33142 Changed:01/18/2005 Mailing Address G56282 59-2334873 08/22/1983 FL ACTIVE NAME CHANGE AMENDMENT 03/12/1984 NONE 3650 NWS.RIVER DR MIAMI,FL 33142 Changed:01/18/2005 Registered Agent Name &Address PERERA,ISMAEL 3650 NWS.RIVER DR MIAMI,FL 33142 Name Changed:03/07/2008 Address Changed:01/18/2005 Officer/Director Detail Name &Address Title P PERERA,ISMAEL 3650 NWS.RIVER DR MIAMI,FL 33142 Page 1 of3 http://search.sunbiz.org/lnqiury/CorporationSearch/SearchResultDetail?inquirytype=Entit...08/24/2016 Detail by Entity Name Title S PERERA,ISMAEL 3650 NWS.RIVER DR MIAMI,FL 33142 Title D PERERA,ISMAEL 3650 NWS.RIVER DR MIAMI,FL 33142 Annual Reports Report Year 2014 2015 2016 Document Images Filed Date 03/11/2014 03/26/2015 03/28/2016 03/28/2016 -ANNUAL REPORT View image inPDF format 03/26/2015 -ANNUAL REPORT View image inPDF format 03/11/2014 -ANNUAL REPORT View image in PDF format 02/27/2013 -ANNUAL REPORT View image inPDF format 04/26/2012 --ANNUAL REPORT View image inPDF format 04/19/2011 -ANNUAL REPORT View image inPDF format 04/06/2010 -ANNUAL REPORT View image inPDF format 04/30/2009 -ANNUAL REPORT View image inPDF format 03/07/2008 -ANNUAL REPORT View image inPDF format 03/20/2007 -ANNUAL REPORT View image inPDF format 03/03/2006 -ANNUAL REPORT View image inPDF format 01/18/2005 -ANNUAL REPORT View image in PDF format 04/16/2004 -ANNUAL REPORT View image in PDF format 01/27/2003 -ANNUAL REPORT View image inPDF format 01/16/2002 -ANNUAL REPORT View image in PDF format 01/25/2001 -ANNUAL REPORT View image inPDF format 03/04/2000 -ANNUAL REPORT View image inPDF format 02/26/1999 -ANNUAL REPORT View image inPDF format 04/15/1998 --ANNUAL REPORT View image inPDF format 04/15/1997 -ANNUAL REPORT View image inPDF format 04/26/1996 -ANNUAL REPORT View image inPDF format 04/17/1995 -ANNUAL REPORT View image inPDF format Page 2 of3 http://search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail?inquirytype=Entit...08/24/2016 Detail by Entity Name Page 3 of 3 Copyright ©and Privacy Policies State of Florida,Department of State http://search.sunbiz.org/Inquiry/Co 08/24/2016 MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday,Sunday and LegalHolidays Miami,Miami-Dade County,Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authority personally appeared MARIAMESA,whoon oath says thatheor she is the LEGAL CLERK,Legal Notices oftheMiamiDaily Business Review f/k/a 'Miami Review,a daily (except Saturday.Sundayand LegalHolidays)newspaper,publishedatMiamiinMiami-Dade County,Florida;that the attached copyof advertisement, beingaLegal Advertisement ofNoticeinthe matter of NOTICE OF PUBLIC HEARING CITY OF SOUTH MIAMI-SEP.6,201-6 in the XXXX Court, was published in said newspaper inthe issues of 08/26/2016 Affiantfurther says thatthesaidMiamiDaily Business Reviewisa newspaper publishedatMiami,insaid Miami-DadeCounty,Floridaandthatthe said newspaper has heretofore been continuously publishedinsaid Miami-Dade County,Florida each day (except Saturday.Sunday and LegalHolidays)and has been entered,as second class mail matteratthepostofficeinMiamiinsaidMiami-DadeCounty, Florida,fora period of one year .next preceding thefirst publicationofthe attached copyof advertisement;andaffiant further says thatheor she hasneitherpaidnor promised any person,firm orcorporationanydiscount,rebate,commission or refund foj^rj|^pefp6^^K securing this advertisement for publica^kJfnn^ttesaid newspapers (SEAL)=.j-g*r MARIA MESApersonallyknown tome 3^,;e>o<s> %-fe\8FF0M747 w* c/>°#: S* iiPSSIi^Slft :vJ.;:b^aJlpwir^ 6SE NEIGHBORS SUNDAY AUGUST2B 2016 MtAMIHERALD.COM CITY OF SOUTH MIAMI COURTESY NOTICE NOTICE IS HEREBY giventhattheCity Commission oftheCityofSouthMiami,Floridawill conduct Public Hearing(s)atitsregularCity Commissjon meeting scheduled for Tuesday,September 6,2016,begjnning al7:00p.m.,intheCily Commission Chambers,6130 Sunset Drive, to consider the following item(s): A Resolution authorizing theCity Manager toenterintoa multi-year contract wit!)Commercial Energy Specialists,Inc.forPool Chemicals and Bulk Liquid Chlorine. AResolution authorizing theCity Manager toenterintoanInterlocalAgreementwithMiami-DadeCountyOfficeofFilmand Entertainment to issuepermitstofilmandstill photography productioncompaniesallowingthemtoutilizeCityfacilitiesandservicesas authorized bytheCity. j AResolution authorizing the City Manager to enter into avehicle rental agreement with Royal Rent-A-Car for rental vehicles used in undercover \ 1 police operations by the Police Deparunent.' AResolutionauthorizingtheCity Manager to rc-ncw a five (5)year maintenanceagreementwithSunGardPublicSectorforservicing the Police Departments mobilefield reporting andrecords management system. AnOrdinanceamendingtheSouthMiamiPensionPlantoimplementtheCollectiveBargainingAgreementbetweentheCityofSouthMiamiand AFSCMELocal3294andcreatinganewAdministrationManagementServiceClass(AMSC)ofemployeesintheSouthMiamiPensionPlan fortheCityofSouthMiamiandsettingforththetermsofthePlanasrelatedtotheAMSC;byAmendingChapter 16,Article JI,Section 16-12, "Definitions"byAdding Definitions forSecondTierMemberandAMSCand amending the definition offinal average compensation,asit applies tothe AMSC;by amending Section 16-13."Eligibility"toreopenthe Plan forcertain General Employees andforthe AMSC;by amending Section 16-14,"Pension benefits andretirement date*5 tosetoutthe benefits forthose persons who wiJJ jointhe Second Tierandforthose persons inthe AMSC;byamendingSection 16-17 "Termination Benefits"toprovideavesting schedule forthe AMSC;byamendingSec.16-19,"Contributions" toplacealimitonthetotal contributions madeinany fiscal yearby General Employees andtosetthe contribution rateforthe AMSC;by amending Section 16-21,"Purchase ofCreditedService"by allowing certain employees and elected officers tobuy credited service. An Ordinance amending theSouth Miami Code of Ordinances by Deleting Section 2-4.5,"Voluntary retirement ofelective officers". An Ordinance oftheMayorandCity Commission oftheCityofSouthMiami amending theLand Development Code,Article 11L "Zoning Regulations,"Section 20-3.5,"Dimensional Requirements."toamendandclarifythesetback requirements forside street firstandsecond story facades of structures on corner lots,andforside interior setbacks for additions to structures withafivefoot setback,inthe RS-L RS-2, RS-3?RS-4andRS-5zoningdistricts;andSection20-3.6,"SupplementalRegulations,"subsection(F)(4),tocorrectthetitleofthedirector responsiblefordeterminingwhichstreetsarefrontageandsidestreets. ALL interested parties are invited toattendandwillbeheard. Forfurtherinformation,please contact die CityClerk's Office at:305-663-6340. Maria M.Mcncndcz,CMC CityClerk Pursuant to Florida Statutes 2X6.0105.theCity hereby advises the public thatifa person decides to appeal any decision madeby (his Board.Agency or Commission with respect loany mallei considered al its meeting or hearing,heorshe will need a record of Iht*proceedings and lhal lor «uch purpose,affected person may needlo ensure thata verbatim recordof the proceedings ismadewhichrecord includes die testimony and evidence upon whichthe appeal istobebased.