Loading...
HomeMy WebLinkAboutR-99-0512J-99-547 6/25/99 RR.qC)T�TTTTnN NO _ J � J 1 4 A RESOLUTION OF THE MIAMI CITY COMMISSION AUTHORIZING AN INCREASE IN THE CONTRACT WITH ROYAL RENT -A -CAR, IN AN AMOUNT NOT TO EXCEED $75,000, FOR AUTOMOBILE RENTAL SERVICE, UNDER BID NO. 95-96-100, FOR THE DEPARTMENT OF COMMUNITY DEVELOPMENT; ALLOCATING FUNDS THEREFOR FROM THE DEPARTMENT OF COMMUNITY DEVELOPMENT ACCOUNT CODES NOS. 184090.454007.610, 184095.454011.610, 184096.454012.610, 113010.590324.610, 198007.630104.610, 799601.459090.610 AND 703605.459007.610. WHEREAS, the Department of Community Development requires increased numbers of rental automobiles to effectively administer its grant supported programs and the 1999 Summer Youth Employment and Training Programs; and WHEREAS, the allocated amount of $150,528 approved by Resolution No. 96-554, adopted July 25, 1996, for rental of vehicles from Royal Rent-A-Car is depleted; and, WHEREAS, the City Manager and the Director of Community Development recommend that the contract with Royal Rent-A-Car be increased by $75,000 from $150,528 to $225,528; and WHEREAS, funds for said increase are available from the CTTY cOIbmsslom b=TING OF .9 U 1. 1 3 1999 liazoluUon No. S9-- 5-12 Department of Community Development Account Codes Nos. 184090.454007.610, 184095.454011.610, 184096.454012.610, 113010.590324.610, 198007.630104.610, 799601.459090.610 and 703605.459007.610. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. An increase in the contract with Royal Rent- A-Car, in an amount not to exceed $75,000, for the rental of vehicles, under Bid No. 95-96-100, for the Department of Community Development, is hereby approved, with funds therefor hereby allocated from the Department of Community Development Account Codes Nos. 184090.454007.61.0, 184095.454011.610, 184096.454012.610, 113010.590324.610, 198007.630104.610, 799601.459090.610 and 703605.459007.610. Section 3. This Resolution shall become effective -2- 39- 01� d immediately upon its adoption and adoption by the Mayor'-/. PASSED AND ADOPTED this 13th_ day of July , 1999. ATTEST: JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-M since the Mayor did not indicate approval of idedthis legislation by signing it in the designated PIS oemprovdate� of Co said1egisl issicln act c, becomes effective with the elapse of ten (1 aY regarding same, without the Mayofxercisi WALTER J. FOEMAN ESS : �i If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. - 3 - 09- 5 2 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Me4HWa ty Commission IP FROM: Do - City Manager RECOMMENDATION: DATE : JUN 2 8 199-9 SUBIECT Resolution Authorizing Contract Increase for the Rental/Lease of Vehicles (Royal Rental -A -Car) REFERENCESCity Commission Meeting ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing an increase in the contract with Royal Rent-A-Car, a Hispanic/Local Vendor, Bid No. 95-96-100, previously authorized by Resolution No. 96-554 in amount not to exceed $75,000. Funds are available in the Department of Community Development FY 98-99 Operating Budget, Account Code No. 184090.454007.610, 184095.454011.610, 184096.454012.610, 113010.590324.610, 198007.630104.610, 799601.459090.610, and 703605.459007.610. BACKGROUND The Department of Community Development has a critical need to increase its existing automobile rental fleet to effectively administer its grant programs from the U.S Department of Housing and Urban Development (HUD), other federal and state grants and operate the 1999 Summer Youth Employment and Training Program. The Department has an existing agreement with Royal Rent-A-Car to rent automobiles that runs through August 1999 to conduct field activities necessary to administer its various grant supported programs. Resolution 96-554, adopted by the City Commission July 25, 1996, allocated $150,529 annually to rent cars to meet the needs of the Department of Community Development. However, the approved allocation has been depleted and there is a need to increase the original award by $75,000. An additional eight (8) vehicles are needed for the operation of the Summer Youth Employment Training Program (SYETP). These cars are required for youth counselors to conduct their responsibilities of monitoring the worksites and counseling the 256 economically disadvantaged youth participating in the SYETP. Also, in response to the Audit Report issued by the Office of Inspector General, the Department of Community Development has undergone an extensive reorganization that has resulted in an increase of nearly thirty (30) new staff persons. The majority of these FILE : 9 0102) positions are in the areas of inspections and contract compliance that require significantly increased field activities and additional transportation needs for the Department. The Inspections Unit is responsible for performing housing quality standards inspections for the City's affordable housing projects. The Contract Compliance Unit is responsible for monitoring community -based organizations for regulatory compliance with HUD regulations and programmatic performance. The cost to rent the automobiles is covered by grant funds that have been approved by the funding sources for this purpose. The $75,000 contract increase will provided the transportation needs to enable staff to effectively implement and monitor its grant related programs for compliance with funding source requirements and local, federal and state regulations. DHW/DB/GC F/bw rgCREASEALTORENfAL 9- 0_12 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Donald H. Warshaw City Manager FROM Gwendolyn C. Warren, Director Department of Community Development DATE: June 2, 1999 FILE : SUBJECT: Agreement for Automobile Rental (ROYAL RENTAL A -CAR) REFERENCES: City Commission Meeting ENCLOSURES: June 22, 1999 The Department of Community Development has verified with the Department of Budget that $35,000 of CDBG and Workforce Development grant funds are available for FY 98- 99, to cover the cost of subject agreement. Account Codes: 184090.454007.610, 184095.454011.610, 184096.454012.610, 113010.590324.610, 198007.630104.610, 799601.459090.610 and 703605.459007.610. The automobile rentals will be secured through the existing contract with Royal Rental A -Car, Bid No. 95-96-100. BUDGETARY REVIEW AND APPROVAL: t/tlx2.l�-- Luie Brennan, Eterim Director (J Department of Budget GC W/DF/bw AUTORENTAL.DOC DATE: 6f3�99 City Of Miami Managain t a Budget Oak./ 31 9 9 Tamp Amountofs /U9,5-5-7 available In account number. - Verified by: 09 a 2 C�rt�r of�r�xrrr CONTRACT A W A R D BID NO. 95-96-100 NAME OF BID: AUTO RENTAVLEASING CONTRACT PERIOD: AUGUST 30, 1996 THROUGH AUGUST 30, 1997 COMMODITY CODE: 975-14 " TERM OF CONTRACT: ONE YEAR OTR FOR TWO (2) ADDITIONAL YEARS METHOD OF AWARD: LOWEST FIXED PRICE SECTION #1 VENDORS AWARDED VENDOR NAME ROYAL RENT A -CAR STREET- 1406 NW 42ND AVENUE CITY/STATEiZIP: STUART, FL 33126 CONTACT PERSON: ISMAEL PERERA PHONE #: (305) 871-3000 FAX #. (305) 870-0706 TERMS: NET 30 DELIVERY: 1 CALENDAR DAY WARRANTY: N/A SECTION #2. AWARD INFORMATION C.C-AWARD DATE: JULY 25, 1996 AMENDED AMOUNT: NONE AGENDA ITEM #. 30 SPECIAL CONDITIONS: YES RESOLUTION NO: 96-SS4 INSURANCE REQUIREMENT. YES SECTION #3 AFFIRMATIVE ACTION POLICY YES SECTION #4 REQUESTING DEPARTMENT INFORMATION USER DEPARTMENT/DIVISION: COMMUNITY DEVELOPMENT CONTRACT ADMINISTRATOR: GWENDOLYN WARREN TELEPHONE NO.: (305) 579-2468 FAX NO. (305) 579-2450 SECTION #5 PROCURING AGENCY ;ENIOR BUYER: MARITZA FRESNO DATE PREPARED: AUGUST 27, 1996 ELEPHONE NO: (305) 579-6845 FAX: (305) S79.6853 1 ROYAL RENT A CAR oF. MIAMI, FLORIDA 1406N.W.42AVENUE BID NO. 95-96-100 ¢NEET (Continued). MIAMI, FLORIDA 33126 g: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE iamATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. ins -NET 30 DAYS (Include cash discount for prompt payment, if any) Ational discount of NONE if awarded all items. , ranty and/or guarantee: N/A ivery: 1 calendar days required upon receipt of Purchase Order or Notice Award. N/A Number of calendar days required to complete work after start. accordance :with .the Invitation to Bid, the specifications, General C.onditiops,•Special iitions, and General Information to Bidders, we agree to furnish the* Items) at Prices _cated on the- attached bid sheet (0). ►• NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): ISMAEL PERERA, PRESIDENT ISMAEL PERERA MANUEL RODRIGUEZ, VICEPRESIDENT ISMAEL PERERA SR., SECRETARY List principal business address: (street address)_ ItO*6 N W 42nd AVENUE, MIAMI. FILORIDn - — List all other offices located.in the State of Florida: (street address) 339 S.E. 24th STREET, FT.LAUDERDALE, FLORIDA 3719 McCOY ROAD, ORLANDO, FLORIDA ease use the back of this page if more space is necessary) • A MONO TT'Y R RMENT COMPL.TANCR _ undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as ded, the4Minority Procurement ordinance of the City of Miami and ag= es to comply with all icable substantive and procedural provisions therein, includi Iamendments thereto. 3er: ROYAL - - Si ature: RENT_A_CAR SYSTEMS OF._ gn FLA.INC. (corpgany name) JUNE 21, 1996 Print Name: ISMAEL PERERA icate if,Business is 51% Minority -owned: (Check fine box only) BLACK [X] HISPANIC [ ] FEMALE AEEIRMATIVE ACTION PLAN irm has an existing plan, effective date of implementation: 11- 0 1 - 92 Tian does not have an existing plan, the successful Bidder(s) shall be required to 31i8h an Affirmative Action Policy, pursuant to ordinance #10062 s amended. See Appendix sample. ier: ROYAL, RENT -A -CAR SYSTEMS OF Signature: FLA.INC(company name} 9 9 _ r- -11 � 9 11DC Yn rnt�oi CTC C1Tr_u nun pCTIIpN TWTC Ff1RM MAY nTS011AI 1FY TH �ILS�1D • a& I M ill • \ 1 lam W MIMM JILIT-110=113-Inja VEHICLE CATEGORIES: List Manufacturer(s)/Year(s)/Make(s)/Model(s) Bidder intends to supply: Midsize 196 Pontiac -Grand Am 196 Chevrolet.. Corsica Bidders are required to bid each of the leaselrental rates (monthly, weekly, daily) indicated below: 1. Monthly Rate $ 5 8 8.0 0 /per vehicle $' Free /per mile 2. Weekly Rate $16 8.0 0 /per vehicle $ Free /per mile 3. Daily Rate $ 32.00 fper vehicle $ Free /per mile DELIVERY/AVAILABILITY: Indicate the number of calendar days or hours notice required to furnish vehicles: Original Order 1 days after receipt of Purchase Order. Additional Vehicles 3— days after receipt of Purchase Order. Exchange Vehicles 1 hours after receipt of notice (max. 24). EXCEPTIQNS TO SPECIFICATIONS IF ANY: Patencer airbags are not a factory optional package. 59-2334873 Social Security or Federal Employer Identification No. Expires: Occupational License No. 12 714 8- 0 0 01 Exp. Date: 0 9 / 3 9 6 Royal Rent-A-Car Systems BIDDER, of Florida, Inc. SIGNATURE (COMPANY NAME) (1"itle) ROYAL RENT A CAR 1406 N.W. 42 AVENUE MIAMI, FLORIDA 33126 99 5 CITY OF MIAMI, FLORIDA BID NO. 95-96-100: SPECIFICATIONS AUTOMOBILE LEASE/RENTAL SERVICES 1. VEHICLES A. Estimated Quantity - 28 18 cars for 12 months 10 cars for 4 months Y= All vehicles provided to the City shall be of the latest production year. - Equipment Each vehicle fumished to the City shall be equipped with the following features: i. Power Brakes 2. Power Steering 3. AM/FM Radio 4. Factory Air Conditioning 5. Driver/Passenger Airbags D. Exchange Upon request, the Contractor shall allow the City to return a leased vehicle and shall give the City use of another vehicle of like model and size as required by the City, in its place on a twenty-four (24) hour availability basis. In the event the Contractor is unable to furnish a vehicle meeting these specifications, the Contractor may substitute a similar and/or smaller vehicle temporarily and immediately notify the City when a regular contract vehicle is available— Use of substitute vehicles shall not exceed 24 hours. The City is also requiring a minimum of ten (10) vehicles to select from a location within the boundaries of the City of Miami. E. Mileaa . Allowance The CQntractor shall state on the Price Sheet and include in the Bid Rate, the mileage allowed per year. The Contractor shall also indicate the charge per mile, if any, for mileage in excess of that allowed. F. ,Regular Maintenance The Contractor will be responsible for the complete regular maintenance of the all rented vehicles, excluding purchase of gas and oil. Regular maintenance shall include, but it is not limited to: 1. Engine tune ups, page l of 2 S9- 0 y, BID*NO.9S-96-100: SPECIFIC^ (IONS (Continued) 2. Tire checks - Rotation and replacement where required. 3. Battery checks - Charges and replacement as needed. 4. Oil changes and lubrication. 5. Other service and/or repair necessary for the continuous and proper operation of the vehicles. G. Replacement Vehicles For any rental vehicle out of service for more than half of any work day (four [4] hours), the contractor shall provide a replacement vehicle for the City's • use during the repair or'service time. where the vehicle is being serviced due to mechanical malfunction, manufacturer defect or for regular preventive maintenance, the replacement vehicle will be supplied to the City at no additional charge. The City of Miami will not pay for any loss of use, as we have no control over the repair shops that have been selected by the Contractor. • • H. Towina r'' : • In the event a vehicle is disabled, the City will call upon the Contractor to retrieve • that vehicle. 1. $g elina Refueling of a returned vehicle under $2.00 shall be absorbed by the vendor. page 2 or4 CITY OF MIAMI, FLORIDA BID NO. 95-96-100: SPECIAL CONDITIONS 1. SCOPE AND PURPOSE It is the intention of the City of Miami to establish a contract for the furnishing of automobile lease/rental services for the Department of Community Development. 2. CONTRACT TERM The Contract shall commence upon the date of award and shall be effective for one (1) year with the option to extend for two (2) additional one (1) year periods, subject to the availability of funds for the succeeding fiscal year. Continuation of the contraef beyond the initial period is a City prerogative; not a right of the bidder. This prerogative,,'s will be exercised only when such continuation is clearly in the best interest of.the City:~ 3. ACCEPTANCE/REJECTION: The City of Miami reserves the 'right to reject any and/or all bids and to select the bid, which in the opinion of the City, will be in, the best interest of, and/or most advantageous to, the City. The City of Miami also reserves the right to reject the bid of any Bidder who has previously failed in the proper performance of an award, or who is not in a position to fully perform under the terrhs of this BID. The City of Miami reserves the right to waive any irregularities and/or technical defects and may, at its discretion, re -advertise the BID. 4. LEGAL REQUIREMENTS: This BID is subject to all applicable federal, state, county and local laws, ordinances, rules and regulations that in any manner affect the Services covered herein. Lack of knowledge by the Bidder shall in no way be cause for relief from responsibility. S. PRODUCT AND INFORMATION All bidders shall indicate on the Price Sheet by category, the manufacturer's name(s), make(s), year, and model of the vehicle(s) they intend to supply to the City. THE CITY SHALL BE THE SOLE JUDGE IN THE DETERMINATION OF EQUALS. FAILURE TO PROVIDE ALL INFORMATION REQUESTED MAY BE CAUSE FOR REJECTION OF BIDS. 6. LOCATION — Bidders are required to have a facitlity located within the boundaries of the City of Miami, where to select vehicles from. 7. SERVICE AND FACILITIES The contractor shall maintain and/or operate a service/repair facility within the metropolitan Miami area and shall provide reasonably prompt service and/or repair for City leased vehicles, as needed. Service and repair required due to ordinary wear, mechanical malfunction or manufacturer defect shall be the complete responsibility of 99- 512 B/D IJo. 95-96-100.' SPECIAL CONDITIONS(COntlnued) the Contractor. Other service and/or repair as may be required shall be covered by the Insurance Policies of the Contractor. 8. METHOD OF AWARD' This contract will be awarded to the lowest most responsible and responsive bidder whose bid offer the lowest price when all items priced annually are added*in the aggregate and whose bid will be most advantageous to the City. The City shall award a contract to a bidder through action taken by the City Commission at a duly authorized meeting. This action shall be administratively supported by a -written • award of acceptance (purchase order) mair6d or otherwise furnished to the successful bidder, which shall constitute a binding contract without further action by either party. The General Terms and Conditions, the Special* Conditions, the Technical Specifications, the Bidder's response and the Purchase Order are collectively an integral part of the contract between the City and the succesr�yly • bidder.; _ . While the City Commission may determine to award a contract to a bidder under this solicitation, said award may be condtional on the subsequent submission of other documents as specified in the Special Conditions. The bidder shall be in default of the contractual obligations if any of these documents are not submitted in a timely manner and in the form required by the City. If the bidder is in default, the City Commission will rescind its acceptance of the bidder's offer and may determine to accept the offer from the second most responsive and responsible . bidder or re -solicit bids. The City may seek- monetary restitution from the bidder as a result of damages or excess costs sustained. 9. DELIVERY: Bidders shall indicate on the Bid Sheet, the number of calendar days required to furnish the vehicles after receipt of order, and the number of days or hours notice required to furnish additional and/or replacement vehicles as may be required. Time of delivery may be extended for a specific period when the cause of such delay is beyond the control of the successful bidder and provided that notice is given to the City immediately upon knowledge of impending delay. - Point: Automobiles will be picked up by designated City personnel at the Contractor's facility. . .. — 10. PAYMENT: Payment shall be made monthly, for work performed/items delivered the previous month, upon submission of properly certified invoices. No advance payments of any kind will be made by the City of Miami. 11 • ASSIGNMENT• F. ..' page 2 of 8 ;� v 0 1 ,.or 81D NO. 95-96.100. SPECIAL Coly, . iONS(Contirnued) Neither the Bid nor the ensuing Contract shall be transferred, conveyed, assigned, or disposed of, in whole or in part, without the prior written consent of the City, which may be withheld or conditioned, in the City's sole discretion. 12. BIDDER QUALIFICATIONS Pre -award inspection of the Bidder's facility may be made prior to award of contract. Bids will be considered only from firms that are regularly engaged in the business of providing the goods as described in this bid. Subsequently, the Bidder will: a) Be fully licensed to provide the goods/perform the work described herein, and shall provide all information requested on the Bid Sheets. b) Have been in the business of providing this good for at least two (2) consecutive. years under the some name or ownership. d) Have'no record of pending lawsuits or criminal activities and not have conflicts of interest which may be of embarrassment to the City. e) Not submit a bid should- the contractor have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter or surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully any previous contract with the City. 13. RATES Rates established herein shall remain firm and fixed throughout the contract period. 1.4. MINORITY PROCUREMENT PROGRAM Ordinance No. 10062, as amended, entitled the Minority and Women Business Affairs and Procurement Ordinance of -the-City of Miami Florida sets forth "...a goal of awarding at least 51 percent of the City's total annual dollar volume of all expenditures for all goods and services, to Black, Hispanic and Women minority business enterprises on an equal basis." A minority business enterprise is defined as a business firm"...in which at least 51 percent of said ehterprise is owned by Blacks, Hispanics, or Women whose management and daily business operations are controlled by one or -more blacks, Hispanics or Women. To achieve the goal established by Ordinance -No. 10063Z as amended, participation in providing goods and services to the City by minorities is being encouraged in a number of ways. ---_ Copy of Ordinance No. 10062 are available at the City of Miami, Office of Minority/Women Business Affairs, (305) 579-6845. All vendors doing business with the City are encouraged to include the participation of minority firms in tier bids. In evaluating bids for determination of awards, minority Participation may be a factor. Failure to adequately involve minority firms may be a basis for rejecting any and all bids. page 3 of 8 "LAID NO. 95-96-100: SPECIAL COM),--XJWContinued) Possible ways to include minority participation would involve: 1. Joint venture with a minority firm(s) 2. Utilizing minority firm(s) as subcontractor(s). 3. Utilizing minority firms) to supply goods and/or services. .4.- Successful implementation of well defined affirmative action program. 5. Other forms of minority participation, if property documented. Included in this .package is a special Information Sheet provided to assist bidders in presenting information concerning minority participation. Minority business firms are encouraged, but not required, to register with the City prior to submitting bids. The Procurement Office will provide the necessary forms and instructions upon request. ALL VENDORS ARE URGED TO SUBMIT BIDS FOR ANY GOODS OR SERVICES THAT 'IrHEY ARE ABLE TO SUPPLY, REGARDLESS OF MINORITY CLASSIFICATION. However, compliance with all requests for information regarding Minority Status or Participation is required. Bidders cooperatiori is greatly needed to aid the City in achieving its goal. 15. INDEMNIFICATION/INSURANCE The Term Vendor (wherever it may appear) is defined to mean the other person or entity which is a party to this agreement or, contract. any an or affi(icites, officers, employees, volunteers, representatives, agents, subcontracts. The Vendor shall indemnify and save harmless forever the City, and all the City's agents, officer and employees from and against oil charges or claims resulting from any bodily injury, loss of life, damage to property, from any act, omission or neglect, by itself or its employees; the Vendor shall become defendant in every suit brought for any of .such causes of action against the City or the City's officials, agents and employees; the Vendor shall further indemnify City as to all costs, attorney's fees, expenses and ' Gabiiities incurred in defense of any such claims and the investigation thereof. . . The Bidder shall be required to provide to the City evidence that it has all the required insurance and such insurance has been approved by the City prior to the execution of the Contract. All insurance policies shall be written with qualified insurers doing business in the State of Florida and shall have ran "A" rating and the City shall be listed as an additional insured. Bidder shall demonstrate strict compliance to all requirements listed on the enclosed form "Insurance Requirements," and shall return the signed form with Bid. 16, DEFAULT The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful bidder to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated or within thirty (30) days, whichever is earlier. page 4 of 8 2 9 r y 1 2 81D NO. 95-96-100: SPECIAL C0NDJ/10NS(C0n11nutd) The City may by written notice to the Contractor, terminate the bid/contract if the contractor has been found to have failed to perform his services in a manner satisfactory to the City. If the City elects to terminate this contract written notice will be given at least thirty (30) days in advance of the effective date. In the event the contractor is found to be in default, the contractor will be paid for all labor and materials provided as of the termination date. No consideration will be given for anticipated loss of revenue or the canceled portion of the contract. 17. RESOLUTION OF PROTESTS Bidders attention is directed to the attached Section 18.56-1 of the City' Code. in the event of protests, compliance to the procedures described therein is mandatory. NO CHANGES IN THIS INVITATION TO BID SHALL BE VALID UNLESS IN AUTHORIZEbV WRITTEN. ADDENDUM FORM AND SENT TO' ALL POTENTIAL BIDDEQS: • Bids will be available for inspection at the Procurement Management. Office,. 300 Biscayne Blvd., Way, Suite 210, ten (10) days after the Bid Opening. BIDS RESULTS WILL NOT BE FURNISHED BYIELEPHOk 18. FIRST SOURCE HIRING AGREEMENT: Ordinance No. 10032 implemented the City's "First Source Hiring Agreement" to foster the creation of new, permanent jobs for City of Miami residents. All recipients of contracts for goods/services from the City 'shall, to the greatest extent feasible, comply with the Ordinance's requirements by participating in this program. 19. IRREGULAR BIDS: Any Bid which is incomplete, conditional, obscure, or which contains irregularities of any kind may be rejected by the City. Minor exceptions to the specifications may be considered by the City so long as each exception is fully explained. FAILURE TO PROVIDE ALL INFORMATION REQUESTED MAY BE CAUSE FOR REJECTION OF BID. 20. CANCELLATION: •- It. is the right of the City to- terminate and -cancel any Contract or -contractual agreement entered into, including elimination of the individuals) and/or business enterprise(s) from consideration and participation in future City contracts, on the basis of having submitted deliberate and willful, false, or misleading information as to his, her, or its status as a Black, Hispanic and/or Minority/Women Business Enterprise (M/WBE). A certified affidavit of the extent to which the business enterprise has as one or more of its partners or principals persons who are Black. Hispanic, or Women shall be provided. page 5 of 8 s q -- 512 8!G' No. 95-96-100: SPECIAL ^ITIONS(Cont/nued) Each Bidder shall also submit along with the Bid an Affirmative Action Plan (AAP). Any significant equity participant, joint venture participants, or subcontractors (if any), shall also be required to submit such Plans. 21. NONDISCRIMINATION: Bidder agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or handicap in connection with its performance under this solicitation. Furthermore, Bidder agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or handicap be excluded from the participation in, be denied benefits of, or be subjected to discrimination under any program or activity receiving- federal financial assistance. In connection with the conduct of its business, including rendition of services and employment of personnel, Bidder shall not discriminate against any person on the bc�sls• of race, color, religion, handicap, age, sex, marital status or national odgirL All persons having appropriate qualifications shall be afforded equal opportunity for employment. 22. PRINCIPALS/COLLUSION: By submission of this bid, the undersigned as Bidder declares that the only person or persons interested in this Bid as principal or principals is/are named therein, and that no person other than therein mentioned has any interest in this Bid or in the Contract that may ensue; that this Bid is made without connection to any person, company or parties making a bid; and that it is in *all respects fair and in good faith without collusion or fraud. . 23. INQUIRIES: Questions regarding this bid should be directed to Ms. Maritza Fresno at (305) 579-6845. NO CHANGES IN THIS BID SHALL BE VALID UNLESS EVIDENCED BY WRITTEN ADDENDUM FORM AND SENT TO ALL POTENTIAL BIDDERS. Bids will be available for inspection at the Procurement Management Office, 300 Biscayne Blvd. Way, Suite #210, Miami, Florida, two (2) days after the bid opening. BIDS RESULTS WILL NOT BE FURNISHED BY TELEPHONE. 24. ANTITRUST PROVISION At such times as may serve its best interest, the City of Miami reserves the right to advertise for: receivu-�and award additional bids for these requirements, and to make use of other competitively bidder(governmental) contracts for these requirements as may be available. 25. DEBARMENT AND SUSPENSION Bidders attention is directed to the attached Section 18-56.4 of the City Code and Certification which must be executed and returned with the Bid Sheet. 26. LOCAL PREFERENCE page 6 of 8 95-96- f 00: SPECIAL COA,, 77ONS(Contlnucd) Section 18-52.1(h) of the City Code, as amended, states that the City commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 1 10 percent of the lowest other responsible and responsive bidder. 97. APPLICABLE LAWS: The Bidder acknowledges, represents, and warrants that in the performance of all the' terms and conditions of this Contract, Bidder shall comply with all applicable federal, state, and local laws; ordinances, rules, regulations, and executive orders, now existing or hereinafter in effect and each and every provision required by law cis b condition of any federal, state, or local grant received by the City with respect to this Contract. 28 OCCUPATIONAL LICENSE REQUIREMENTS 9- Any person, firm , contractor or joint venture with a business location in the City 9fe • Miami, which is submitting a Bid under this Solicitation shall meet. the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. A copy of the firm's current business license shall be submitted wit their bid. Others with a location outside the City of Miami shall meet their local Occupational License requirements. A copy of the license must be submitted with their Bid. The vendor. agrees to provide access to the City, or any of their duty authorized representative to any books, documents, papers and records of the vendor which are directly pertinent to this agreement, for the purpose of audit, examination, except, and transcriptions. 29. AUDIT RIGHTS AND RECORD RETENTION The vendor shall maintain and retain any and all of the aforementioned records for three (3) years after the City makes final payment and all other pending matters are closed. The vendor agrees to provide access to the City, or any duly authorized representatives to any books, documents, papers and records of the vendor which are directly pertinent to this contract, for the purpose of audit, examination excerpts and transcriptions. 30. CONFLICT OF INTEREST - The award of this bid is subject to the provisions of Chapter 112, Part III, of the Florida Statutes. AII' bidder--- ust disclose with their bid the names of the officers, director, agent who. is also an employee of the City who owns, directly or indirectly, an. interest of five percent (5%) or more of the total assets on capital stock in the bidder's firm. 31. NON-EXCLUSIVE CONTRACT Although the purpose of this Solicitation is to secure a contract that can satisfy the total needs of the City, it is hereby agreed and understood that this Solicitation does not constitute the exclusive rights of the successful Bidder (s) to receive all work that may , generated by the City in conjunction with solicitation. page 7 of 8 39- J 1 43 SID, NO. 95.96.100: SPECIAL CONDt, . JNS(COnt117UW) In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different bid process and shall not be purchased under the terms, conditions and awards rendered under this Solicitation, unless such purchases are determined to be in the best interest of the City. 32. SALES TAX The City of Miami is State Sales Tax exempt. Not withstanding, bidders should be aare of the fact that aw ll mdterials and supplies which are purchased by the bidder for the completion of the contract will be subject to the Florida State Sales Tax in accordance with Section 212.08 Florida Statutes amended 1970 and all amendments thereto and shall be paid solely by the bidder. e• 33. PUBLIC ENTITY CRIMES "A person or affiliate who has been placed on the convicted vendor fist following. u conviction for a public entity crime may not'submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold _ amount provided in Section 287.017, for- CATEGORY TWO for a period of 36 months• from the date of being placed on the convicted vendor fist." page 8 of 8 i • J-96.571 7/17/96 ! RESOLUTION NO. 96 554 ` A RESOLUTION ACCEPTING THE BID OF ROYAL RENT -A -CAR, A HISPANIC/LOCAL VENDOR, FOR THE LEASING OF TWENTY EIGHT (28) VEHICLES TO NETICOMMUNITY DEVELOPMENT DEPARTMENT ON A LEASE CONTRACT BASIS FOR ONE (1) YEAR • WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR .. PERIODS, AT A PROPOSED ANNUAL AMOUNT OF $160,528.00; ALLOCATING FUNDS THEREFOR FROM THE • DEPARTMENT OF NET/COMMUNITY DEVELOPMENT ACCOUNT CODE NO: `.450264-610-184052; AUTHORIZING THE CITY MANAGER -TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR SAID VEHICLES AND THEREAFTER TO EXTEND THIS CONTRACT -FOR' TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT THE SAME PRICES, TERMS AND CONDITIONS, s e PURSUANT TO BID NO. 95-96-100, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were advertised for the furnishing of twenty eight (28) leased vehicles on a contract basis for one (1) year with the option to extend for two (2) additional one (1) year periods for the Department of NET Community Development; and WHEREAS, Invitations for Bid No. 95-96.100'weee mailed to twenty _three (29) potential bidders and one (1) bid was received on June 24,1996; and WHEREAS, ten (10) vehicles will be used for the Summer Youth Employment Program Counseling Staff for a four (4) month period; eighteen (18) vehicles wiN be utilized year round for all the other programs; and WHEREAS, funds for this service are available from the Department of NET Community Development Account Code No. 450264-610-184052; and EIVED NET sq- 512 CITY combusstox MEETTI NO OF J U L 2 5 1996 R9OO:udoa "0, �6� 554 WHEREAS, the NET Community Development Department has been awarded Federal and State funds to implement the Summer Youth Employment and Training Program and the year-round JTPA Programs, U. S. Department of Refugee w Resettlement Program to provide. employment and training assistance to refugee and new entrants, and the U. S. Department of labor Project independence• -Program to provide training, and placement assistance to welfare recipients; and WHEREAS, the City Manager and the Director of the NET Community Development Department recommend that the bid received from ROYAL RENT -A -CAR, be accepted as the only responsive and responsible bidder, NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA:. Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in • this section. Section 2. The bid submitted by Royal Rent -a- Car for the leasing of twenty eight • (28) vehicles, to the Department of NET/Community Development, on a lease contract • basis, for one (1) year with the option to extend for two (2) additional one (1) year s periods, at a proposed annual amount of $150,528.00, Is, hereby accepted,. with funds therefor hereby allocgied from the Department -of NET/Community Development Account Code No. 450264-610-184052. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to -issue a purchase order for said vehicles and thereafter to extend. this contrarA for two (2) additional one (1) year periods at the same prices, terms and conditions pursuant to Bid No. 95-96-100, subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. 0 PAGE 2 09- 512 86-- 554 PASSED AND ADOPTED this _.. -25 Chday of 199S. O . JO AROLLO, MAYOR ATTEST: WALTER.J. AN • CITY CLERK APPROVED AS TO FORM AND CORRECTNESS: A. U 4 Pt JC3N i ""------ .CITY A OR W995:CSK `r c} PAGE 3 "' 14 96- 554 INCREASE OF CONTRACT ITEM: - Car Rental DEPARTMENT: Community Development TYPE OF PURCHASE: Increase the contract with Royal Rent-A-Car REASON: The Department has an existing agreement with _----- Royal Rent-A-Car that runs through August 1999 to conduct field activities necessary to administer its various grant supported programs. Resolution 96- 554, adopted by the City Commission July 25, 1996, allocated $150,528 annually to rent cars. However, the approved allocation has been depleted and there is a need to increase the original award by $75,000. RECOMMENDATION: It is recommended that an increase in the contract with. Royal Rent-A-Car be increased by $75,000. Funds are available from the Operating Budget, Account Code No's. 184090.454007.610, 184095.454011.610, 184096.454012.610, 113010.590324.610, 198007.630104.610, 799601.459090.610 and 703605.459007.610. Director o chasin (01 )0 Pate 39- 512