Loading...
HomeMy WebLinkAboutBid AwardCONTRACT AWARD SHEET Internal Services Department Procurement Management Services Procurement Management DIVISION BID NO.: 8809-0/19 TITLE: VEHICLE RENTAL SERVICES CURRENT CONTRACT PERIOD: 02/17/2015 through 02/28/2020 Total # of O1Rs: 0 Bid No. 8809-0/19 Award Sheet PREVIOUS BID NO.: 8809-4/13-4 MODIFICATION HISTORY Bid No. 8809-0/19 Award Sheet DPM Notes APPLICABLE ORDINANCES LIVING WAGE: No UAP: Yes IG: No OTI-IER APPLICABLE ORDINANCES: CONTRACT' AWARD INFORMATION: No Local Preference No Micro Enterprise Full Federal Funding No Performance Bond Small Business Enterprise (SBE) PTP Funds Partial Federal Funding yes Insurance Ivliscellaneous: REQUISITION NO.: PROCUREMENT AGENT: BETANCOURT LOURDES PHONE: 305 375-4121 FAX: EMAIL: L1121@MIAMIDADE.GOV DEPARTMENT OF PROCUREMENT MANAGEMENT Procurement Management DIVISION Page 1 of 3 Bid No, 8809-0/19 Award Sheet VENDOR NAME: ENTERPRISE LEASING COMPANY OF DBA: FEIN: 591664426 SUFFIX : 04 33073 STREET: 5105 JOHNSON ROAD CITY: COCONUT CREEK ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? a Aarax Vendor Contacts: Name Phonel Phone2 Fax Email Address ERIK L VEGA 305-278-2900 - 305-256-2639 ERIK.L.VEGAiiEIII.COM VENDOR NAME: ROYAL RENT A CAR SYSTEMS OF FLORIDA INC DBA: FEIN: 592334873 SUFFIX : 02 33142 STREET: 3650 NW SOUTH RIVER DRIVE CITY: MIAMI ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800-314-8616 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref icro Ent. Selection Factor Goal Other: Vendor Record Verified? AA***AAAA***A***A**********k********** A ** ************AA******A**AA*A Vendor Contacts: Name Phonel Phone2 Fax Email Address ISMAEL, P PERERA 305-871-3000 800-314-8616 305-635-1295 IPERERA@ROYALRENTACAR.COM DEPARTMENT OF PROCUREMENT MANAGEMENT Procurement Management DIVISION Page 2 of 3 Bid No. 8809-0/19 Awat'd Sheet ITEMS AWARDED Section: Details: 8809-0/19 Award Notes: (1) Section 2.1 Option 2 applies to INS (2) Section 2.4 Void based on Negotiations* *Pricing shall remain fixed & firm for 5 year Contract term. NOTE: See posted Award Sheet Supplement and detailed price schedule for all vehicle types. Item # Description Q Unit Price End of ITEMS AWARDED Section BCC Award: No AWARD INFORMATION Section 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 based on PPI is VOID due to mutual negotiations that established fixed and firm pricing for the 5 year initial term. BPO INFORNMA,TION Section. 1 ABCW1500261 Commodity ID Commodity Name 975-14 RENTAL OR LEASE OF AUTOMOBILES AND OTHER Department " . Department Allocation;: ID $2,430,000.00 PD $21,308,000.00 WS $70,000.00 End ofBPOInformation Section DEPARTMENT OF PROCUREMENT MANAGEMENT Procurement Management DIVISION Page 3 of 3 CONTRACT AWARD SHEET SUPPLEMENT INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES DIVISION Contract No.: 8809-0/19 Title: Vehicle Rental Services I. 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. IL METHOD OF AWARD Two (2) Bidders were awarded. The awarded vendors are as follows: 1. Primary Awarded Vendor is Royal Rent A Car Systems of Florida, Inc. (Royal) 2. Secondary Awarded Vendor is Enterprise Leasing Company of Florida LLC. (Enterprise) If the primary Bidder cannot perform, the County shall have the option to seek the identified services from the secondary Bidder respectively. On January 22, 2015, County staff held a negotiation meeting with Royal. Royal agreed to hold its proposed pricing for the full five-year term of the contract rather than adjusting pricing annually by the change in the Producer Price Index for Commodities (PPI), as was a term of the original agreement and the Bidder's original bid. In addition, Royal agreed to lower their prices for Item #4 Compact Car 4 Door Item #4A daily price to $21.16 and Item #4 Compact Car 4 Door Item #4C to $635.00 monthly. The terms & conditions applicable to this contract and the County Purchase Order being issued can viewed online at our AWARDED CONTRACTS page https://www.miamidade.ciov/DPMww/SearchContracts.aspx by entering the Contract ID: 8809-0/19. !IL AWARDED ITEMS: Items awarded under this contract are as follows: AWARDED PRICES BY VEHICLE CATEGORY: 1. SUB -COMPACT CAR: STEMS OF J , INc. ,'� Item Number of Days/weeks/months for the 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 $30,600.00 $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 2A 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: Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 3A days $24.00 $87,600.00 $25.67 $93,695.50 3B weeks $168.00 $87,360.00 $179.67 $93,428.40 3C months $720.00 $43,200.00 $770.00 $46, 200.00 4. COMPACT CAR 4-DOOR: Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 4A days $21.16 $77,234.00 $21.27 $77,635.50 4B weeks $151.20 $78,624.00 $148.87 $77,412.40 4C months $635.00 $38,100.00 $63800 $38,280.00 5. MID -SIZE 2-DOOR: Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 5A days $22.27 $1,544,424.50 $22.00 $1,525,700.00 5B weeks $155.89 $1,540,193.20 $154.00 $1,521,520.00 5C months $668.00 $1,282,560.00 6. MID -SIZE 4 DOOR: alMEMSSIMMESIIP $660.00 $1,267,200.00 Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 6A days $22.27 $1,544,424.50 $22.00 $1,525,700.00 6B weeks $155.89 $1,499,661.80 $154.00 $1,481,480.00 6C months $668.00 $1,482,960.00 $660.00 $1,465,200.00 CONTRACT AWARD SHEET SUPPLEMENT INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES DIVISION 7. FULL-SIZE CAR: Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended 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: Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 8A days $27.50 $301,125.00 $30.73 $336,493.50 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 (Seven - Passenger) E OF i{ry FLORIDA, IND 3��t r ,_ y,2 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 Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 10A days - $24.73 $361,058.00 $24.20 $353,320.00 10B weeks $173.11 $315,060.20 $169.40 $308,308.00 10C months $742.00 $311,640.00 $726.00 $304,920.00 CONTRACT AWARD SHEET SUPPLEMENT INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES DIVISION 11. Utility Vehicles Two Wheel Drive: OYA RENTA CFt IUIS CIF FLQRIA1�1 �,�ISEtE�l O,1VI�`0:'FLQR� g- Ic Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 11A days $23.73 $433,072.50 $28.03 $511,547.50 11B weeks $166.11 $431,886.00 $196.23 $510,198.00 11C months $712.00 $341,760.00 $841.00 $403,680.00 12. UTILITY VEHICLES FOUR WHEEL DRIVE: Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 12A days $23,73 $433,072.50 $28.03 $511,547.50 12B weeks $166.11 $431,886.00 $196.23 $510,198.00 12C months $712.00 $341,760.00 $841.00 $403,680.00 13. FULL SIZE UTILITY SUV VEHICLES TWO WHEEL DRIVE: O AL S FS QF1<ORIA Unit Price RENT}A Extended Price Unit Price Extended Price Item Number of Days/weeks/months for the 5-year term 13A days $27.50 $250,937.50 $33.77 $308,151.25 13B weeks $192,50 $250,250.00 $236.37 $307,281.00 13C months $825.00 $247,500.00 $1,013.00 $303,900.00 14, FULL SIZE UTILITY SUV VEHICLES FOUR WHEEL DRIVE: $(JF Y IIM REIT FLOFIIp I Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 14A 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 (Approximately 3/4 Ton Capacity) Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 15A days $17.00 $248,200.00 $21.97 $320,762.00 15B weeks $119.00 $247,520.00 $153.77 $319,841.60 15C months $510.00 $244,800.00 $659.00 $316,320.00 16. MINI -CARGO VANS (Approximately 1/2 Ton Capacity) Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 16A days $16.70 $243,820.00 $21.97 $320,762.00 16B weeks $116.90 $212,758.00 $153.77 $279,861.40 16C months $501.00 $210,420.00 $659.00 $276,780.00 17. STANDARD PASSENGER (Fifteen- Passenger) RO V: d R SE S? Q AC Al R n Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 17A days $24.73 $225,661.25 $24.20 $220,825.00 17B weeks $173.11 $225,043.00 $169.40 $220,220.00 17C months $742.00 $934,920.00 $726.00 $914,760.00 17D* months $742.00 $779,100.00 $726.00 $762,300.00 18. EXTRA -CAB 1/2 TON FULL-SIZED PICK- UP TRUCKS: ,� � � EMS'OF I�N� P FLO 1 a ID Item Number of Days/weeks/months for the 5-year term Unit Price Extended Price Unit Price Extended Price 18A days $23.73 $1,082,681.25 26.07 $1,189,443.75 18B weeks $166.11 $1,079,715.00 182.47 $1,186,055.00 $1,173,000.00 18C months $712.00 $1,068,000.00 782 I$23,804,969 CONTRACT AWARD SHEET SUPPLEMENT INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES DIVISION IV. AWARDED VENDORS DETAILS/INFORMATION «- 1. 3900 N.W. 25 St. Suite 413 Miami, FL 33142 Contact: Gregory Ismael Perera, President Serrano 592334873 / 02 Royal Rent A Car Systems Of Florida, Inc primary Tel (305) 871-3000 E-mail: 2. Fort Lauderdale IPereraProvalrentacar.com International Airport 600 Terminal Drive Ft. Lauderdale, FL (954) 359-8004 Contact: Neil Fergus Lester Guzman, Area Sales 591664426 / 04 Enterprise Leasing LLC Secondary Manager Tel: (305) 278-2921 Company Of Florida E-mail: Lester,Guzman@ehi.com V. AWARD SHEET EVENT HISTORY Event No. Date Issued Event Agent 1 2/17/2015 Award approved by BCC Lourdes Betancourt 2. 2/23/2015 BPO issued 3. 2/25/2015 Award Sheet and BP() published VI. Per Contract's Section 2.5.2.2 PHYSICAL DAMAGE: The County is responsible for third party liability and the first $100 of applicable physical damage losses. 1. The County shall not be responsible for physical damage, including loss of any rental vehicle in excess of $100.00 .per vehicle per occurrence. Furtherrnore, the County shall not be responsible for normal wear and tear of the vehicles rented under this contract. 2. The County will have the first right to 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 is mutually acceptable and agreed to by 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 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 will not be processed. Claim forms can be obtained n Section 2, Special Conditions, Page 5. Date; February 3, 2015 To: Memorandum Honorable Chairwoman Rebeca Sosa and Members, Board of C.ountyC r iissioners Prom: Carlos A. Gimenez Mayor . Subject: Recommendation for Approval to Awa e a New Contract for Vehicle Rental Services M IAMIDAD COUNTY -Amended Agenda Item No. 8(F) (16) , 11-101-15 The item was amended at the February 3, 2015 Board meeting to reflect that this contract accordance with the County Mayor's supplemental report shall contain no increase in prici,rag based on the Producer Price Index for Commodities. Recommendation it is recommended that the t3oard of County Commissioners (Board) approve award of Contract No, 8809-0/19, Vehicle Rental Services to Royal Rent-A-Car Systems of Florida, inc,, 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 oars to four-wheel drive sports utility vehicles and multl-passenger vans. The awarded vendors shall provide rental vehicles that are late models, clean and 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 in cases where it makes more business sense than purchasing/leasing a vehicle for full-time use or for investigative operations, The daily rental price for a compact vehicle is $18.00 and $23.73 for a full size vehicle. Scope The impact of this item is countywide In nature, Fiscal Impact/Fundin_g 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 $20,626,470. The difference in allocation under the replacement contract is attributable to current and estimated usage as well as the addition of vans to transport children to and from field trips during PROS' Summer Youth Camp Program. The proposed allocation is budgeted as follows; Department Allocation Funding Source Contract Manager Police - $21,808,000 General Fund Alex Alfonso Internal Services 2,800,000 internal Service Funds Rey Llerene Total $23,808,000 Track Record/Monitor Lourdes Betancourt, CPPB, of the internal Services Department is the Procurement Contracting Officer, 1 Honorable Chairman Jean Monestime anchMembers, Board of County Commissioners Page 2 DelegatedAuthoritv, If this item le approved, the County Mayor or County Mayor's designee wIll-have the, authority to exercise ail provisions of the contract pursuant to -Section 2-8,1 of the County Code and Implementing Order 3- 38, Vendor Recommended for_Award An Invitation to Bid was issued under full and open competition on January 17, 2014, The method of award is to the three (3) 'meet -priced responsive, responsible bidders in the aggregate for the selected option (,e,, level of Insurance coverage) as primarysecondary arid tertiary vendors, Three (3) bids were received In response to the solicitation. I-loWever, only the two responsive, responsible bidders are recommended for award, Awardee Address Principal Award Royal Rent-A-Car Systems of Florida, Inc. 8660 N.W. South River Drive Miami, FL Ismael Perdra Primary Vendor nterprise Leasing Company of Florida, 110 600 Corporate Park (Drive St Leuis MO , , Andrew C. Taylor Secondary Vendor Vendors NotRe ded forAward Vendor Reason for Not Recommending The Hertz Corporation Vendor was deemed non -responsive by the County Attorney's office for failure to fold an all items within an option as required by the solicitation, p ue Diligence Pursuant to R-157-12, due diligence was conducted in accordance with the Internal Services 10epartment's Procurement Guidelines to determine contractor responsibility, including verifying oorporate status and that there are no performance or ,compliance 1681.16'4 The lists that are referenced include: convicted vendors, debarred vendors, delinquent contractors, suspended vendorscand federal excluded parties. There are no adverse findings relating to contractor responsibility, Applicable Ordinances and Contract Measure * 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 with the respective ordinances, • The Living Wage Ordinance does not apply. Edward Marq rez Deputy Mayo MEMORANDUM (Revised) TO: Honorable Chairmen Wean Monostim.e and Members, Board of County Commissioners FROM! R. A. u as, Jr. County Attorney DATE: February 3, 2015 Amended EJECT: A.ge ada Item No, 8 (F) (16 ) Please note any items checked. " 3.Day Rule" for committees s applicable if raised 6 weeks reciuired between first reading and publie hearing 4 week notification to municipal officials required prior to public hearing Decreases revenues or increases expenditures without balancing budget Budget required , Statement of fiscal impact required Ordinance creating a new board requires detailed County Mayor's report for public hearing No committee review Applicable legislation requires more than a majority -vote (i.e., 2/3's , 3/5's , unanimous ) to approve Current information regarding funding source, index code and available balance, and available capacity (if debt is contemplated) required 3 Approved Veto Override Mayor RESOLUTION NO. R 101-15 Amended Agenda Item No. 8() (16) 2-3-1.5 RESOLUTION APPROVING AWARD OF CONTRACT NO. 88O9.0/19 TO ROYAL RENT -A -CAR SYSTEMS OF FLORIDA, INC. AS PRIMARY VENDOR AND ENTERPRISE LEASING COMPANY OF FLORIDA, LLC AS SECONDARY VENDOR FOR VEHICLE RENTAL SERVICES IN THE TOTAL AMOUNT NOT TO 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 BOARD OF COUNTY COMMISSIONERS OF MYAM A)ADE COUNTY, FLORIDA, that this Board approves award of Contract No. 8809-0/19 for vehicle rental services for the Police and Internal Services Departments as set forth in the incorporated inernorandum in the total amount not to exceed $23,808,000, and authorizes the County Mayor or County Mayor's designee to execute same, except that the contract shall contain no increase in pricing based on the Producer Price Index for Commodities as set forth in the attached supplemental memorandum from the Mayor. The foregoing resolution was offered by Commissioner who moved its adoption. The motion was seconded by Commissioner and upon being put to a vote, the vote was as follows: Amended Agenda IternNo. .8(F) (16) Page No. 2 Jean Monestirne, Chairman Esteban L. Bovo, Jr., Vice Chairman Bruno A. Barreiro Daniella Levine Cava Jose "Pepe" Diaz Audrey M. Edmonson Sally A. Heyman Barbara. J. Jordan Dennis C. Moss Rebeca Soso. Sen. Javier D. Souto Xavier L. Suarez Juan C. 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 vetoed by the County Mayor, and if vetoed, shall become effective only upon an override by this Board, or (2) approval by the County Mayor of this Resolution and the filing of this approval with the Clerk of the Board. MIA1VMS-DADS COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS HARVEY RUVrN, CLERK. By; Deputy Clerk Approved by County Attorney as to form and legal sufficiency. Rugo Bentz Memorandum Date; February 3, 2015 To; Honorable Chairman Jean Monestime and Members, Board c unty Commissioners From; Carlos A Chem - Mayor Subject: Supplemental information Regarding Approval toAward Contract N. 8509-0/19, Vehicle Rental Services Supplement to Agenda Item No. 8(F)16 During the discussion of the contract award to Royal -Rent-A-Car (Royal) at the January 13, 2015 meeting of the Finance Committee, a representative from the second -lowest bidder (Enterprise) advised 'members of the Pinar= Committee that Enterprise could lower its prices below that offered by the awarded vendor. As mentioned at the Finance COMnIttee meeting, the procurement process used for this contract was an Invitation to Bid, which provided fair and open competition for this contract. Royal was the lowest -priced, responsive and responsible bidder and was recommended for award, The bid offered by Royal was $1,685 million lower than that of Enterprise. As a result of the discussion, members of the Finance Committee directed staff to initiate negotiations with Royal to determine If there was any opportunity for price reduotions beyond that recommended In the Item being considered, On January 22, 2016, County staff held a negotiation meeting with Royal, Royal agreed to hold Its proposed pricing for the full flve-year term of the contract rather than adjusting pricing annually' by the change In the Producer Price Index for Commodities (PP1), as was a term of the original agreement and the bidders' original bid. Dy holding the pricing for the full five (5) years of the contract constant the estimated savings to the County could be as much as $5,2 million over the term ofthe contract, in order to effectuate this change, it is recommended that the resolution be amended to reflect that there will be no a nual increases Irt pricing based on the FPI. D Edward Marq Deputy Mayorez MIAIVII-DADE COUNTY BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FORM Submit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW Street 17th Floor, Suite 202 Miami, Florida 33128-1983 OPENING: 2:00 P.M. Wednesday February 12 , 2014 PLEASE QUOTE PRICES R0,13, DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED IN MIAIVII-DADE COUNTY, FLORIDA, NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: Lourdes Betancourt ISD/PM Date Issued: This Bid Submittal Consists of 1/17/2014 Page S 9 through 24 and affidavits Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such, other.contract provisions, specifications, "drawings or other data as are attached or incorporated by reference in the Bid Submittal; will be received at the office of the Clerk of theBoard at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement, Vehicle Rental Services A Bid Deposit in the amount of N!A the total amount of the bid shall accompany all bids. A Performance Bond inthe amount of N/A the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County, DO NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NON -RESPONSIVE NON -RESPONSIBLE DATEBC, NO BID ITEM NOS, ACCEPTED COMMODITY CODE: 975.14 Procurement Contracting Officer: Lourdes Betancourt FIRM NAME ROYAL RENT A CAR SYSTEMS OF FLORIDA, INC. RETURN ONE ORIGINAL AND TWO COPIES or BID SUBMITTAL PAGES AND AFFIDAVITS.• FAILURE TO SIGN THE SID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE. _9- MIAMI-DADE COUNTY SECTION BID SUBMITTAL FOR BID NO.;DDO 9 VEHICLE RENTAL SERVICES Option |ham Estimated Number of VehiclesDays/weeks/months Number of for the 5-yearterm Unit Price ' 1A 2 1828doya NO BID-_ $ � per day per vehicle 1B 2 280waoka $ _ _ per week per vehic[e 1C 1 60monthm $ per month per vehicle 2. COMPACT CAR 2-DOORMODEL Corolla, Mazda 3.Ford Focus, atc.\ See Section 3, Paragnaph3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the S-yemrterm Unit Price 2A 2, 1826doym $ per day per vehicle %O 2 . 260woeke $ per week per vehkJa 2C 1 80montha per month per vehicle 3. CONVERTIBLE 2-DOORSEDAN MODEL (Ford Mustang, Chevrolet Camaro, Chevrolet Corvette, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of O cmtha for the 5-year term Unit Price 3A 2 1826daya $ per day per vehicle 313 2 260weeka per week per vehicle '10- MIAIVII-DADE COUNTY SECTION 4 BID SUBIVIITTAL FOR , BID NO.: 8809-0/19 VEHICLE RENTAL SERVICES FIRM NAME:ROYAL RENT A CAR SYSTEMS OF FLORIDA, INC. • 4, COMPACT CAR 4-DOOR MODEL (Chrysler 200, Chevy Malibu, Nissan Altima, etc.). S'ee Sectidn 3, Pal-agraPh 3.7 Item Estimated Number of Vehicles Number Of Days/weeks/months for the 5-year term Unit Price 4A 2 1825 days $NO BID per day per vehicle 4B 2 c 260 weeks $ per week per vehicle 4C 1 60 months $ per month per vehicle (Toyota arnry,..Nissan S. Section 3; Par'agraph 3.7 Item Estimated Number of Vehicles ..,.,. - • ' Number of Days/weeks/months for the 5year term Unit Price , 5A 38 1825 days $ per day per vehicle '5E3 38 , ' ' 260 Weeks $ per week per vehicle ' 5C 32 60 months per month per vehicle ' 6. MID -SIZE 4 DOOR MODEL (Toyota Camry, 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 day per vehicle 6B 37 260 weeks • $ per week per vehicle 6C 37 60 months $ per month per vehicle 11 - MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.: 8809-0/.19 FiRmNAme ROYAL RENT A, CAR SYSTEMS OF FLORIDA, INC.. 7. FULL-S1ZE CAR (Ford Taurus, Dodge Charger, etc,), See Section 3, Paragraph 3.7 Item Estimated Nu -fiber of Vehicles ' Namlaer of Days/weeks/months for the 5-year term ' ' Unit Price . , .. 7A 6 1825 days 0\10 BID 'per day per vehicle 7B 5 . 260 weeks $ . per week per vehicle 7C 5 60 months $ • • per month per V.ehicle • 8._ FULL SiZ,E LUXURY.CAR (Cadillac, Lincoln, etc) See Section 3,, .Paragraph Item Estimated Number of Vehicles . , . Number of Days/weeks/months for the 5-year term Unit Price 8A .... 6 . . . ..,.. 1825 days $ per day per vehicle 8B : . 260 weeks .... $ ... . per week per vehicle 8C 5 60 months $ per month per vehicle 9. MINI -PASSENGER VAN (Seven -passenger) Item Estimated Number of Vehicle,s. Number of ' Days/weeks/month for the 5-year term Unit Price , 9A 8 :1825 days $ ,. . per day per vehicle 9B 8. 260 weeks $ , . per week per vehicle 9C 7 . 60 months $ .. per month per vehicle - 12 - MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.: 8809-0/19 NAME: ROYAL RENT A CAR SYSTEMS OF FLORIDA, INC 10, STANDARD PASSENGER (TweIve-Passenger) Item Estimated Number of Vehicles Number of Daysfweeks/months for the 5-year term Unit Price 10A 8 1825 days $ NO • BID per day per vehicle 10B 7 260 weeks $ per week per vehicle 10C 7 • • 60 months $ per month per vehicle 11. UTILITY VEHICLES TVVO WHEEL DRIVE (Explorer, Ford Escape, 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 day per vehicle 118 • 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 clay per vehicle 12B 10 260 weeks $ per week per vehicle 12C 8 60 months $ per month per vehicle -13- MIAMI-CADE COUNTY SECTION BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID N[\: 8808-0118 ' FIRM NAME: ROYAL RENT A CAR SYSTEMS OF FLORIDA, INC. 13.FULL SIZE UTILITY SUV\EH7CLES TWO WHEEL DRIVE (Chevy Tahoe, Ford Expedition, ehc.) See Section 3.Paragraph 3.T Item Estimated Number of Vehicles � Number of ka/nmnthm for he 5-year _.. Unit Price 13A G 1825daym $ NO BID par'dayper vehicle 1313 5 280wemka $ per week per vehicle 13O 5 SOmontho $ per month per vehicle 14. FULL 'SIZE UTILITY8UV VEHICLES FOUR WHEEL DRIVE (Chevy Tahoe, Ford Expedition, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of D mntha for the 5-year term Unit Price . 14A 5 1825dayo $ per daypervehicle 148 5 280weeka $ week per vehicle 'per 15.FULL SIZE CARGO VANS (Approximately 3/4Ton Capacity) Item Estimated Number of VehiclesDays/weeks/months Number of for the 5-ynarterm Unit Price 16A O 1825 days $ per day per vehicle 15B 8 280wmeko $ per week per vehicle 16O SUmontha $ per month per vehicle. -14- MIAIVII-DADE COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.: 8809-0/19 FIRM NAME: ROYAL RENT A CAR SYSTEMS OP FLORIDA, INC. 16. MINI -CARGO VANS (Approximately 1/2 Ton Capacity) Item Estimated Number of Vehicles • Number of 'Days/weeks/months for the 5-year term Unit Price. 16A 8 1825 days $ NO BID per day 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 1826 days • • • $ • per day 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 for item # 17D above are rented for approximately three months every year during the summer, 18. EXTRA -CAB 1/2 TON FULL-SIZED PICK-UP TRUCKS (FORD F-150, CHEVROLET 1500, DODGE1500) See Section 3, Paragraph 3.7 Rem • Estimated Number . of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 18A 25 1825 days $ per day per vehicle 18B 25 260 weeks $ per week per vehicle 18C 25 60 months $ per month per vehicle - 15- MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID I\IO.: 8809-0/19 FIRM NAME` ROYAL RENT A CAR SYSTEMS OF FLORIDA, INC. Option 2 1. SUB -COMPACT CAR (Ford Foods, Nissan Versa, Toyota Yaris, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/week's/months for the 5-year term Unit Price 1A 2 1825 days $ 17.0 0 per day per vehicle 1 B 2 260 weeks $11 9.0 0 per week per vehicle 1 C 1 . 60 months- $ 51 0.0 0 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 1 825 days $ 18.0 0 per day per vehicle 2B 2 260 weeks $ 1 2 6.00 per week per vehicle 2C - 1 60 months $ 5 4 0. 0 0 per month per vehicle 3. CONVERTIBLE 2-DOOR SEDAN MODEL (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 $ 2 4.0 0 per day per vehicle 3B 2 260 weeks 1 68 , 00 per week per vehicle .3C 1 60 months $ 7 2 0.0 0 per month per vehicle -16- MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES FIRM NAME: ROYAL RENT —A —CAR SYSTEMS OF FLORIDA., TNC-. ID NO.: 8809-0/18 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 $ 21 .60 per day per vehicle 48 2 260 weeks $1 51 • 2 °per week per vehicle 4C 1 • 60 months $ 648. 0 0 per month per vehicle MI,DISIZE.2z.BODR.MC4f)Et..„.(Tloydtp. amry, Nlssar Maxtrrja.; F,Oki ELISIO Section 3, Paragraph 3.7 Item . , Estimated Number • (DV/aides ,. Number of DayS/weeksknonths for the 5-year term - . . Unit Price • • 5A 38 • 1825 days $ 22 . 27 per day per vehicle • 5B 38 260 weeks $ 1 8 5 . 89 per week per vehicle 50 32 60 months $ 6 68 . 0 0 per month per vehicle 6. MID-IZE 4 DOOR MODEL (Toyota Camry, Dodge Avenger, Ford Fusion, etc.), See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months . for the 51year term . . Unit Price 6A 38 1825 days $ 22 . 27 per day per vehicle . BB 37 - 260 weeks $ 1 5 5 . 8 9 per week per vehicle 6C 37 60 months $ 66. 8.0 0 per month per vehicle MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.: 8809-0/19 FIRM NAME: ROYAL RENT A CAR SYSTEMS OF FLORIDA, INC 7. FULL-SIZE CAR (Ford Taurus, Dodge Charger, etc.). See Section 3, Paragraph 3.7 Item Estimated Number' of Vehicles NUmber of Days/weeks/months for the 5-yearterm Unit Price • 7A . 6 1825 days $ 23 • 73 per day per vehicle. 7E3 . 5 • . , 260 weeks $ 1 6 6 . 1 1 per week per vehicle . . ' 7C , 5 60 months $ 71 2 On per month per vehicle 8. FULL SIZELUXURY CAR (Cadillac, Unco1n et.) 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 clays $ 2 7 • 5 0 per day per vehicle 8B • 5 . . , .. . . 260 weeks $ 1. 9 2 ...9 0 per week per vehicle. BC 5 60 months $ 8 2 5 . 0 0 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 91\ • 8 1825 days $ 2 3 7 3 per day per vehicle _ '98 8 260 weeks $1E60.11. per week per vehicle . 90 7 60 months $ 71 2 .00 per month per vehicle -18 - MiAIVII-DADE COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.: 8809-0119 FIRM NAME: ROYAL RENT A CAR SYSTEMS OF FLORIDA, INC . 10, STANDARD PASSENGER (Twelve -Passenger) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 10A 8 1825days $ 24 . 73 per day per vehicle 10B 7 260 weeks $ ' 173. 1 1per week per vehicle 10C 7 60 months $ 742 .. 0 °per month per vehicle 11. UTILITY VEHICLES -TWO WHEEL DRIVE (Explorer', Ford'EsCape, Nissan Rogue; ets,)See Section 3, Paragraph 3,7 Item Estimated Number of Vehicles Numbei;of Days/weeks/months for the 5-year term Unit Price . . ... . .. 11A 10 1825 days $ 2 '1 7 1 per day per vehicle 11B 10 ' 260 weeks $ 1 6 6 ..1 1 Per Ineek Per vehicle 110 8 60 months 7 1 $ 2 . 0 °per month per vehicle 12. UTILITY VEHICLES FOUR WHEEL DRIVE (Explorer, Escape, Jeep Grand Cherokee, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Nurriber of Days/weeks/months for the 5-year term Unit Price 12A 10 1825 days $ 2 3 . 7 3 per day pet vehicle 12B 10 . . 260 weeks . , $ 1 6 6 . 1 1 per week per vehicle 12C 8 60 months $ 7 12.. 0 Oper month per vehiole - 10 MIAMI-DADE COUNTY SECTION 4 SID SUBMITTAL FOR BID NO.: 8809-0/19 VEHICLE RENTAL SERVICES FIRM NAME: ROYAL RENT A CAR SYSTEMS OF FLORIDA, INC . 13. FULL SIZE UTILITY SUV VEHICLES TWO WHEEL DRIVE (Chevy Tahoe, Ford Expedition, etc,) See Section 3, Paragraph 3.7 item Estirriated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 13A 5 1825 days $ 27.5 0 per day per vehicle 13B 5' 260 weeks $1 9 22.5 O'per week per vehicle 13C 5 60 months $825.00 per month per vehicle 14, FULL SIZE UTILITY SUV VEHICLES FOURWHEEL DRIVE (Ch /y 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 $ 2 7.5 0 per day per vehicle 14B 5 260 weeks $1 9 2 .'5 0 per week per vehicle 14C 5 60months $825.00 per menth per vehicle 15. FULL SIZE CARGO VANS (Approximately 3/4 Ton Capacity) Item Estimated Number of Vehicles Number of Days/weeks/mohths for the 5.-year term Unit Price 15A 8 1825 days • $ 17.00 per day per vehicle 1.58 8 260 weeks $11 9.0 0 per week per vehicle 15C 8 60 months. $51 0 •0 0 per month per vehicle -20- IVIIAIVII-DADE COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.: 8809-0/19 FIRMNAME: ROYAL RENT A CAR SYSTEMS OF FLORIDA, INC. 16. MI NJ -CARGO VANS (Approximately 1/2 Ton Capacity) Item Estimated Number of Vehicles Number of Days/weeks/months • forte 5-year term Unit Price 16A 8 1825 days $ 1 6.70 per day per vehicle 16B 7 • 260 weeks . $1 1 6 • 9 ° per week per vehicle 16C .7 60 months 5 . e 1. Q. 0 0 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 $ .4 • 7 3 per day per vehiele . • 176 5 260 weeks $ 1 7 3 . 1 1 per week per vehicle 170 . 21 ... . 60 months $ '74 2 . 0 0 per month per vehicle 170* 70 15 months $ 7 4 2 ..0 0 per month per vehicle *Vans for item.* 17D above are rented for approximately three months every year during the summer. 18. EXTRA:CAB 1/2 TON FULL-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 $ 2 3 . 7 3 per day per vehicle. 188 25 260 vveeks 1 6 6 . 1 1 per week per vehicle '18C 25 ' 60 months $ 71 2. 0 0 per month per vehicle - 21 - MIAMI-DADE COUNTY BID NO.: 8809.0/19 SECTION 4 BID SUBMITTAL FOR: Vehicle Rental Services ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART El, WHICHEVER APPLIES PART I: LIST BELOW THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated February 11 , 201 4 Addendum #2, Dated February 21 , 201 4 Addendum tt3, Dated March 6, 201 4 ACideridain #4, betfe'd Addendum #5, Dated 'Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART II: 111 NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: ROYAL RENT-A-CYSTE OFFrdRIDA, INC. AUTHORIZED SIGNATURE: ------TITLE-OF-OFFICER:- President. DATE: 3/11/14 - 22 - MIAMI-DADE, COUNTY BID NO,: 8809-0/19 E BID SUBtvI1TTAL FORM • i3id Title: Vehicle Rental Services By signing thls Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code. of Ethics provisions in Section 2.41 of the Miami -Dade County Code, Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict Of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his , or her immediate family and file a copy of that regUest for opinion and any opinion or waiver from the Board of County Commissioners With the .Clerk of the Board. • The affected employee shall file with the Clerk of the Board a statement in a form .satisfactory to the Clerk disclosing the employee's interest or the Interest.of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract With the County, Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the'response to the. solicitation, In accordance with Sec, 2-11,1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation, the Bidder 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 to each solicitation may be considered as evidence that the Bidder is. not a responsible contractor, The Bidder confirms that this Bid Is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or services and In all respeots Is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration, Failure to register as ; vendor within the specified time may.result in your firm not being considered for award. Pursuant to Mlaml-Dade County Ordinance 9444, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executivewho has been convicted of a felony during the past ten (10) years shall disclose this Information at the time of bid or proposal submission. ❑ Place a check mark here only if bidder has such conviction to discl'ose, By executing thls proposal through a duly authorized representative, the proposer certifies that the proposer is not on the Scrutinized Companies with Activities in Sudati List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms .are used and defined in sections 287,135 and 215.473 of the Florida Statutes, In the event that the proposer is unable to provide such dertification• but still seeks to be cbn`sideredfor award of this solicitation, the proposer shall execute the proposalthl'oligh‘a"duly authorized representative and shall also initial this space: in such event, the proposer shall furnish together with Its proposal a duly executed written explanation of.the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of • the Florida Statutes, The proposer agrees to cooperate fully with the County In any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the proposer is found to' haye submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. LOCAL PREFERENCE CERT€FICATiON: For the purpose of this certification, a "local business" is a,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 of the General Terms and Conditions of this solicitation and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. FA Place a check mark here only if affirming bidder meets requirements for Local Preference: Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local preference, LOCALLY -HEADQUARTERED BUSINESS CERT[FICATIONr For the purpose of this certification, a "locally -headquartered business" is a Local Business whose "principal place of business" Is in Miami -Dade County, as defined in Section 1.10 of the General Terms and Conditions of this solicitation. Placa a check mark here only if affirming bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for the LHP. The address of the locally -headquartered office is 3650 NW SOU'1'tl` RTVER nR MTAtv<_q , FL 33142 -23- Revised 11012 Version 12 MIAMI -DAD E COUNTY BID NO,: 8809-0119 MIA BID SUBMITTAL FORM LOCAL CERTIFIED SERVICE; -DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service -Disabled Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8,5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant to Section 295,187 of the Florida Statutes, ❑ Place a check mark here only if affirming bidder is a Local Certified Service -Disabled Veteran Business Enterprise, A copy of the certification must be submitted with this proposal. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's information, the bidder Is requested to indicate, at'A and'B' below, its general interest in participating in the Joint Purchase Program of the County User Access Program (UAP) described in Section 1,35 of this contract solicitation, if that section is present in this solicitation document. Bidder participation in the Joint Purchase portion of the UAP is voluntary, and the bidder's expression of general interest at `A' and `B' below Is for the County's information only and shall not be binding on the bidder. A, If awarded this County contract, would you be interest in participating in the Joint Purchase' portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located within the geographical boundaries of Miami -Dade County? Yes X No B. If awarded this County contract, would you be interested In participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located outside the geographicalboundaries of Miami -Dade County? Yes No X Firm Name: ROYAL RENT A CAR SYSTEMS OF FLORIDA, INC. 5freetAddress: 3650 NW SOUTH RIVER DR MIAM7,�FT. 3 1 42 Mailing Address (if different); Telephone Nei; (305) 871-3000 Fax No,: (305) 655-1295 Email Address: IPERERA@ROYALRENTACAR , COM FEIN No, 51 9.?1� 3I4_/ gl Prompt Payment Terms: days net 3 9,days (Piease see paragraph 1.2 H of Genera! Terms and Cohditions) Signature: . • (Signature of authorized agent). * "By signing ftai ocurr en.t i... `• es to all Terns and Conditions of this Solicitation and the resulting Contract." Print Name: ISMAEL PERERA Title: PRESIDENT THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO. BE BOUND BY THE TERMS OF ITS PROPOSAL, FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NONRESPONSIVE, THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. - 24 - Revised 1116/12 Version 12 qtrept0410,,: 4ii,AftaMzia,r, Ol'AvINA APPENDIX AFFIDAVITS FORMAL BIDS MIANII.DADE COUNTY !MIME ki1011-00:0coullY Infernal Services Department Prac urement Management Division AffirrnOtioh of Vendor Affidavits • 131D NO: 8809-0/19 In aceordanoo with Orcfincince 07-143 orr,lentiing Se,cflon 2-8,1 of to Code of Miam)-Dacto Cuny effeafi,v6 June 1, 2008, ysndors are required to coMplOte,a new Vendor PegtOroifon'PaOka0e, including 0 Uniform ffiaqvit Packet (Vendor Affidavits EOM-)), before betri'g aWarc(ed q hew coritrOat,' The undersigned affIrrnk that the Ven'agt AffidOVits k>trri gulornlfted With the Yen!:loi•Redistr0iion Package Is complete riod accurate for each affidavit listed beloW, Fo'ddraF Erripiayer Canfrxct No, t 8809-0/19 Idehtificollen Number (FEIN): 59-2334873 orifrfict 11111e: . VEHICLES RENTAL SERVICES Affidavitg onci LogIslanoni GOvernin9 Body 1, mkfmt-Msd6Cdtinfi 1-6,1 of WO CoOelurVcfe , .. .. • .......... . , „ . ., 8 ' Mrambtdde C6uhly Venda!' ObliOatloil'O cOO'f:iti — .s6ctiort2-8, t 9f th'0 COunly'Cg)de , ... 2 M.10)-ri-b-000' qP,. P,PfY.E/t)15!cW.?er1t .E1,1VOPi.10 Cory Ordinance Ocy. 90-.1,,,i.Ot:tieiri'aind .eci)Orfza-).(0)(.2) of Th ,e toully, Code 7" , ,,.. ,.. . MI,Proi-bqqP County Cod of 13YsihP$4gtiii6-$ ?Vticte-'1,,Se9fibi-OLA 1 (f)..dfili,2..411001.- ortiiiic0iiitylaiLiet0,0d6.N and,I9 d fili,,bil.Oly e0,.,dra 'Oc?Ol.W.Ora!ticktP No 66') ornondIng ,?e'cil(1 2-) ),,i(e) 0,f 1,114 C60-10,Pfide 3, blic171, 1..P0.4'c',9pPtY.eir ptoymeriir:PtcrO,.fie.0 OidtkpiooOd:erifficdflan S0090.2:.-0:464 f (h cOVrilyce'de , , .. '81 441001.,Dgc10 OburktY:tql* 1, eaye Article V'of liopiet: 1 t et. the Couniji Code . .. .. . .. . .,. . • . 4,: frii041.1,0006;,0itiOliPtiOliiillY:1460.,,biqciiiinIfkiften, 411(.0e 1.',feo8osi2.41,1. ko:Soft5fiortg1118domencling. • . ........ . 9; miarni,:paoe to&rityliVing,INcrg6. , ,. .•-• : • . . ' "..- , Secnr3t)-6..9 of the..CountytOdEi .... , .. . „.. 5 ... 'AA (iwril- ppla 01/1-1fy'Deliartp:ent,DIsclosyre :10, ,.g.e0?a10.* bf MO bbuhi y:6ncle . • .. . . . MiUml,bcide County ).0ave:ttriclR.epori/00 Rip& 8, .So tfic5n: IIAIIA 1.A-§7.0f he p,'1.4'ity'ot.J6 , 1 • ..,--- ISMAEL PERERA Printecf Nome of Agioril ROYAL RENT A CAR SYSTEMS OF FLORIDA, INC PRESIDENT 01,ntecnitle ofAff10.,1f,,, Ndfrie Fifth 3650 NW SOUTH RIVER DR MIAMI FLORIDA Mote " Address of Firm Isjo,tOry rObli6.- St* Of $ubSctitbeti and SWOftl fo'lor before vrie ifits bi '74ga PP2/44;1 Type of idehlifloolio produced 3Ignaly " f dtariPeblio re of 'Afficot 2/12/14 Da(e 331 4 2 NcitCay Publlc Infbrmallon ckih(si of MOM P4- day oft 7,0:Code 7e.,e RUIN/ 20 14 or she 1 persondlly kridwn lo or lids tekidubed ,L1y Print or 8farnp of Notary Public APg/- Expirci Ilea Dole Page 1 of 3 8edal Number "fileitiftfORo MY COMMISSION EE 082115 rs).:,,;• EXPIR ES: AprIl 15, 2015 '4;1#•H'ISV5onded Thra Notary Pubic Underwriters Revised 1/12/12 MIAMI-DACE COUNTY FAIR SUBCONTRACTING PRACTICES (Ordinance 97-35) BID NO.: 8809-0119 1tt co'inpl"[aiiee With Miaini-d)adie County Ordinance 97-35, the Bid c1ex scull submit veitilthe bid proposal a Eleta let #ate.ent of ;its policies and procedures (use separate sheet if necessary) for a� •a ding sut?corikracfmors in accordance with Section 1,Paragraph 1.15 CI'NO SU Ct3NT 'I`ORS. tit UTILIZED FOR. THIS CONT> 4,CT 2/1 21.'14 blito Page 2of3 Revised 2111/11 MIAMI-DADE COUNTY Name of Proposer; SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2.8,1, 2-8.8 and 10.34) ROYAL RENT A CAR SYSTEMS OF FLORIDA, INC. FEIN No, 59-234-873 8809-0/19 In accordance with Sections 2-8.1, 2-8,8 and 10,34 of the Miami -Dade County Code, this form must be submitted as a 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 awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials, to be supplied from those identified, except upon written approval of the County. The Proposers should enter the word "NONE' under the appropriate heading of this form If no subcontractors or suppliers will be used on the contract and sign the form below. In accordance with Ordinance No, 1.1-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers, In the. event that the recommended Proposer demonstrates to the. County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Proposer shall be obligated to exercise diligent efforts to obtain, that information and provide the same to the County not later than ten (10) days after it becomes available and,in any event, prior to final .payment under the contract, (Please duplicate this form if additional space is needed.) Principal owner (Enter the number of male and female owners by race/ethnicity) Employee(s) (Enter the number of male and female employees and the number of employees by racelethnicity) Business Name and Address Scope of Work to Gender . Race/Ethnicity Gender Raeel9thniclty of First Tier Subcontractor! Subconsu}Sant NONE Principal Owner be Performed by Subcontractor! Suticonsultant M F g n g a 9 M y x . R z n M F .:v [ U a •g Q xa r r R 4 .N �g, 0 z Princ pal Owner (Enter the number of male and female owners by race ethnicity) Employee(s) {Enter the number of male and female employees and the number of em.loyees by race/ethnicity) Supplies/Material Gender Race/Ethnicity Gender Race/Ethnicity Business Name and Address of First Tier ID tract Supplier' NONE Principal Owner slServicos to be Provided by Supplier M F r mo on Asian/Pacific isIander 'glM Q w zz C7 F d� fl c N - d~ZZ d) y o Li Mark here if'race, gender and ethnicity information is not available and will be provided at a later date, This data may he submitted to contracting department or on-line to the Small Business Development of the Department of Regulatory and Economic Resources at http:IIwww,miamidade,govlbuslnesslbusiness- development-contracts,asp. As a condition of final payment, Proposer shaft provide subcontractor Information on the Subcontractor Payment Report Sub 200 form which can be found at http;llwww,miamldede.giovlbusinessllihrarylforms/subcontractors-pavment.pdf. certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate, ignature bt er ISMAEL, PERERA Print name PRESIDENT Print Title Date 3 of 3 611n dun f0.... 014.1 MIAMI-DADE COUNTY BID NO,: 8809-0/19 SECTION 4 BID SUBMITTAL FORM Submit Bid To: OPENING: 2:00 P.M. CLERK OF THE BOARD Wednesday Stephen P. Clark Center February 12 , 2014 111 NW 1st Street 17th Floor, Suite 202 Miami, Florida 33128-1983 PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED IN MIAMI-DADE COUNTY, FLORIDA. NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: ISD/PM Date Issued: This Bid Submittal Consists of Lourdes 1/17/2014 Pages 9 through 24 and Betancourt affidavits Sealed bids subject to the Terms and Conditions of this invitation to Bid and the accompanying Bid Submittal. Such other contract provisions, specifications, drawings or other data as are attached or 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 time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement. Title: Vehicle Rental Services A Bid Deposit in the amount of N/A the total amount of the bid shall accompany all bids. A Performance Bond in the amount of N/A the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County. DO NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NON -RESPONSIVE NON -RESPONSIBLE DATE B.C.C. NO Bit? ITEM NOS, ACCEPTED COMMODITY CODE: 975-14 Procurement Contracting Officer: Lourdes Betancourt FIRM NAME ..f deer rtI5e Cm ny o ldrti 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: C' ✓l. E? BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES I y Option 1 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 1 B 2 260 weeks $ ill . per week per vehicle 1 C 1 60 months $ /V ft 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 day per vehicle 28 2 260 weeks $ W per week per vehicle 2C 1 60 months $ 0 per month per vehicle d12} bil I 3. CONVERTIBLE 2-DOOR SEDAN MODEL (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 $ _ J per day per vehicle 3B 2 260 weeks $ Ali/9 per week per vehicle 3C 1 60 months $ illifi per month per vehicle - 10 - MIAMI-DADE COUNTY BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES FIRM NAME: L —der ((Se L?I (017,41 Of' F4rtitlili L�.G(No Jid l VV � 1rd4 I 4. COMPACT CAR 4-DOOR MODEL (Chrysler 200, Chevy Malibu, Nissan Aid a, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year terry Unit Price 4A 2 1825 days J $ 4 ,4 per day per vehicle 4B 2 260 weeks $ V per week per vehicle 4C 1 60 months $ 1/If1 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 A� // $ AI h per day per vehicle 5B 38 260 weeks $ki per week per vehicle SC 32 60 months $ per month per vehicle 6. MID -SIZE 4 DOOR MODEL (Toyota Camry, 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 day per vehicle 6F 37 260 weeks $ per week per vehicle 6C 37 60 months $ per month per vehicle - 11 - MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.; 8809-0119 FIRM NAME: C ✓i II). p ' .tipltl5. f ArrIl. q �i /e! st� io) L. (1 7 fr e»h 7���++ ll1lJ Ii 7, FULL-SIZE CAR (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 $ 41/ per day per vehicfe 7B 5 260 weeks $ ✓u per week per vehicle 7C 5 60 months $ 7 per month per vehicle 8. FULL SIZE LUXURY CAR (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 $ I_ l �T per day per vehicle 8B 5 260 weeks $ per week per vehicle 8C 5 60 months $Al per month per vehicle 9. MINI -PASSENGER VAN (Seven -Passenger) Item Estimated Number of Vehicles Number of Days/weekslmonths for the 5-year term Unit Price 9A 8 1825 days $ per day per vehicle 9B 8 260 weeks $ /V //9 per week per vehicle 9C 7 60 months $ i U if' per month per vehicle 12- MIAMI-DADE COUNTY SECTION 4 RID SUBMITTAL FOR BID NO.: 8$09-0119 VEHICLE RENTAL SERVICES o� j) % ,//'' (ni r%> ��%% ,yy,,pp FIRM NAME: [ ✓ legrr5e (- q�ln (_e On/ a0` tom/ r:11Q)G.� /�%f 61Jilit? �� (C „ f2tido I / 10. STANDARD PASSENGER (Twelve Passenger) Item Estimated Number of Vehicles Number of Days/weekslmonths for the 5-year term Unft Price 10A 8 1825 days $ per day per vehicle 10 B 7 260 weeks $ Al . per week per vehicle I(( 10C 7 60 months $ per month per vehicle _ 11. UTILITY VEHICLES TWO WHEEL DRIVE (Explorer, Ford Escape, 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 $I per day per vehicle 11 B 10 260 weeks $N per week per vehicle 11C 8 60 months $ +l( 9 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 $ All;4 per day per vehicle 12B 10 260 weeks $a per week per vehicle 12C 8 60 months $ Y 4 per month per vehicle -13- MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES FIRM NAME: BID NO.: 8809-0/19 Agrt3 / 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 pp $ °i,/ ' per day per vehicle 13B 5 260 weeks $ per week per vehicle f 13C 5 60 months $ aV/1h per month per vehicle 14. FULL SIZE UTILITY SUV VEHICLES 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 $ ✓I A per day per vehicle 14B 5 260 weeks $ per week per vehicle 14C 5 60 months $ W7 per month per vehicle 15. FULL SIZE CARGO VANS (Approximately 314 Ton Capacity) Item Estimated Number of Vehicles Number of bays/weeks/months for the 5-year term Unit Price 15A 8 1825 days $ per day per vehicle 15B 8 260 weeks $ Dv,I per week per vehicle 15C 8 60 months $ Y" d 1 per month per vehicle -14- MIAMI-DADE COUNTY FIRM NAME: ee P6, BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES f� (i e Lee -04p6il / PJ f-1or!' t I-2- . 16. MINI -CARGO VANS (Approximately 1/2 Ton Capacity) 5101/ 49 (1' item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 16A 8 1825 days $ ill per day per vehicle 16B 7 260 weeks $ per week per vehicle 16C 7 60 months $ _V 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 day per vehicle 17B 5 260 weeks $ A per week per vehicle Al 17C 21 60 months $ per month per vehicle 17D* 70 15 months $ per month per vehicle mm4 *Vans for item # 17D above are rented for approximately three months every year during the summer. 18. EXTRA -CAB 1/2 TON FULL-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 $ d 1 _ per day per vehicle 188 25 260 weeks $ r per week per vehicle 18C 25 60 months $ /I per month per vehicle -.5- MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.: 8809-0119 FIRM NAME; G �!I`(�� T 421 /Pt>5r h+✓j e��?yG' r,/ el 4r, C(A1 LG-G Option 2 . ot Qweiaki tin qj !en y 1. SUB COMPACT CAR (Ford Focus, Nissan Versa, Toyota Y�is, e?c.). See `S9ec ion 3, Paragraph 3,7 Item Estimated Number of Vehicles Unit Price Number of Days/weeks/months for the 5-year term 1A 2 1825 days $ 19, 6 7 per day per vehicle 1 B 2 260 weeks $ / 3 /' 6 1per week per vehicle 1C 1 60 months hid $G��, 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 $ X d 7 per day per vehicle 28 2 260 weeks $ Ng, 8 7 per week per vehicle 2C 1 60 months / u trtr $ 1.)<3' per month per vehicle 3. CONVERTIBLE 2-DOOR SEDAN MODEL (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 $067 6 7 per day per vehicle 38 2 260 weeks $17/. 67. per week per vehicle 3C 1 60 months $ 77O,0'0 per month per vehicle -16- MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR BID NO.: 8809-0/19 VEHICLE RENTAL nnSERVICES FIRM NAME: t 1/1?err!'c_u7t'J 7e L �,'j7 7/71 6,- Ret,l/� 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 $ d lid 7 per day per vehicle 4B 2 260 weeks $ / it , 7 per week per vehicle 4C 1 60 months $ 6 9, 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 $ c 0 .°° per day per vehicle 5B 38 260 weeks $ ml per week per vehicle 5C 32 60 months eV $ (() per month per vehicle 6. MID -SIZE 4 DOOR MODEL (Toyota Camry, 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 $ ,do(,00 per day per vehicle 6B 37 260 weeks $ r/hlji `] 00 per week per vehicle 6C 37 60 months $ (i . co per month per vehicle - 17 - MIAMI-DADS COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES FIRM NAME: 7::-0127,c/26'5f' Lt'45j/J BID NO.: 8809-0/19 7. FULL-SIZE CAR (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 $ ; /1 a 3 per day per vehicle 7B 5 260 weeks $ /043 per week per vehicle 7C 5 60 months $ / ' °' per month per vehicle 8. FULL SIZE LUXURY CAR (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 $'9, 73 per day per vehicle 8B 5 260 weeks $/ 73 per week per vehicle 8C 5 60 months $ Id• ," 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 $ Q/) 'i-t7 per day per vehicle 9B 8 260 weeks $' p% per week per vehicle 9C 7 60 months OD $ 7(�y, per month per vehicle -18- MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES FIRM NAME: 6 /er'fint yra L- 051.1 BID NO.: 8809-0/19 1 r ,, �2'/2y r?' i/-,f//) G-c 10. STANDARD PASSENGER (Twelve -Passenger) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price1 10A 8 1825 days $ c�q1 d0 per day per vehicle 10B 7 260 weeks $ f %U/11 U per week per vehicle 10C 7 60 months $ Ic9 " per month per vehicle 11. UTILITY VEHICLES TWO WHEEL DRIVE (Explorer, Ford Escape, 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 11 A 10 1825 days ))Price $ j6• Oj per day per vehicle 1113 10 260 weeks $ /(4,,?..3 per week per vehicle 11 C 8 60 months $ (0/ dp , per month per vehicle 12. UTILITY VEHICLES FOUR WHEEL 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 08.0 3 per day per vehicle 12B 10 260 weeks $ f 96,03 per week per vehicle 12C 8 60 months $ Q �l / per month per vehicle 19 MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR BID NO.: 8809-0119 VEHICLE RENTAL SERVICES FIRM NAME: G /1 / fir'' 113 e' 4 o i 2_z reyorel C:? //o6145 LL C 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 $ 39. 7.7 per day per vehicle 13B 5 260 weeks $ .) ) 7 per week per vehicle 13C 5 60 months Dui $ / t t'3 per month per vehicle 14. FULL SIZE UTILITY SUV VEHICLES 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 $ 37 -7 per day per vehicle 14B 5 260 weeks 036, 3-7 per week per vehicle 14C 5 60 months eo $ �1 u/ 3, per month per vehicle 15. FULL SIZE CARGO VANS (Approximately 3/4 Ton Capacity) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 15A 8 1825 days $ r, 9 -I per day per vehicle 15B 8 260 weeks $ P53 7 7 per week per vehicle 15C 8 60 months as $ O6�' per month per vehicle - 20 - MIAMI-DADE COUNTY FIRM NAME: 52 h( SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.: 8809-0/19 16, MINI -CARGO VANS (Approximately 1/2 Ton Capacity) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 16A 8 1825 days $ 3417 per day per vehicle 16B 7 260 weeks $ / ii . 1 7 per week per vehicie 16C 7 60 months 00 $ 0967 . 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 $ <_3it i a U per day per vehicle 17B 5 260 weeks $ f ,1/Q per week per vehicle 17C 21 60 months $ "7,LO per month per vehicle 17D* 70 15 months $ 7;26" per month per vehicle *Vans for item # 17D above are rented for approximately three months every year during the summer, 18. EXTRA -CAB 1/2 TON FULL-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 $ c'6.0 7 per day per vehicle 18B 25 260 weeks $ / . F7 per week per vehicle 18C 25 60 months 40 per month per vehicle $ 782 -21 MIAMI-DADE COUNTY BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR: Vehicle Rental Services ACKNOWLEDGEMENT OF ADDENDA 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 13ID Addendum #1, Dated "740/0 (y /1) te Addendum #2, Dated Fe i)rtrkft Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART II: El NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: C liter 615e ; (am/Aim v rle/e9 AUTHORIZED SIGNATURE: TITLE OF OFFICER: M.7t1 5c//). - 22 - DATE: MIAMI-DADE COUNTY BID NO.: 8809-0/19 MOO BID SUBMITTAL FORM Bid Title: Vehicle Rental Services By signing this Did Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, Including al! Conflict of Interest and Coda of Ethics provisions in Section 2-11 of the Miami -Dade County Code, Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County, Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation, the Bidder 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 to each solicitation may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award, Pursuant to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information at the time of bid or proposal submission. ❑ Place a check mark here only, if bidder has such conviction to disclose. By executing this proposal through a duly authorized representative, the proposer certifies that the proposer is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215,473 of the Florida Statutes. In the event that the proposer is unable to provide such certification but still seeks to be considered for award of this solicitation, the proposer shall execute the proposal through a duly authorized representative and shall also initial this space: , In such event, the proposer shall furnish together with its proposal a duty executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287135 of the Florida Statutes. The proposer agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the proposer is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. LOCAL PREFERENCE, CERTIFICATION: For the purpose of this certification, a "local business" is a 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 of the General Terms and Conditions of this solicitation and contributes to the economic development of the communi in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment oppo pities and the support and increase to the County's tax base, Place a check mark here only if affirming bidder meets requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference, LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County, as defined In Section 1.10 of the General Terms and Cons of this solicitation. Place a check mark here only if affirming bidder meets requirements for the Locally -Headquartered Preference (LHP), Failure to complete this certification at this time (by checking the box above) rmay render the vendor ineligible for the LHP. The address of the locally -headquartered office is // /7� , i2 / t'i`i Pr( 7 KJk11; Fl .35ISO - 23 - Revised 11/6/12 Version 12 MIAMI-DADE COUNTY BID NO.: 8809-0/19 MAMMAL* BID SUBMITTAL FORM LOCAL CERTIFIED SERVICE•DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service -Disabled Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2.8,5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. El Place a check mark here only If affirming bidder is a Local Certified Service.Disabled Veteran Business Enterprise. A copy of the certification must be submitted with this proposal. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's Information, the bidder is requested to indicate, at 'A' and'B' below, its general interest In participating in the Joint Purchase Program of the County User Access Program (UAP) described In Section 1.35 of thls contract solicitation, If that section is present in this solicitation document. Bidder participation In the Joint Purchase portion of the UAP is voluntary, and the bidder's expression of general interest at 'A' and'B' below is for the County's information only and shall not be binding on the bidder. A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located within the geographical boundaries of Miami -Dade County? Yes v No B, If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located outside the geographical boundaries of Miami -Dade County? Yes V No Firm Name; 64) r I iSC' � i"4%1, )G� � C)i�)�;.7 2J �' � /�` t,�r4�ti) Street Address: // r/ 9/1 ?, �4/, Ne /4 r((( �711/6m/ 1 A -I 3.3186 Mailing Address (if different): L) »'2 't Telephone No,: (-361.59 ,3 7 n� � f Fax No,: C9 6 7 ) 561 / — 8" 7 6 jy Email Address: G:-d' it/ Z melt 8 ' GUI FEIN No, ii/k find Prompt Payment Terms; / % _ aaysnet 30 days (Please see paragraph 1.2 H of General Terms and Conditions) Signature: *"By signing t/ is • ocument the b rider agr Print Name; G-f'-5%1r`'i 6024410n --� --' (Signature of authorized agent) o all Terms and Conditions of this Solicitation and the resulting Contract." ((a 51145" d/711r THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL, FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NONRESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. Title: -24- Revised 11/6/12 Version 12 APPENDIX AFFIDAVITS FORMAL BIDS MIAMI-DADE COUNTY BID NO.: 8809-0/19 Mlamf-bode County 1AMbtaaoE Internal Services Department COW Internal 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 a Uniform Affidavit Packet (Vendor Affidavits Form), before being awarded a new contract. The undersigned affirms that the Vendor Affidavits Form submitted With the Vendor Registration Package is current, comp) to and accurate for each affidavit listed below. � — Federal Employer ��/ ,! Contract No, : 0 ® Identification Number (FEIN): 7 - /V/�"r`7 - Contract TIIJe: Affidavits and Legislation/ Governing Body I. Mlarni•Dade County Ownership Disclosure Sec. 2-8,1 of the County Code 6, Miami -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 Miami -Dade County Code of Business Ethics Article 1, Section 2.8.1jt) and 2-11(fa)(1) of the County Code through (6) and (9) al the County Code and County Ordinance No 00-1 amending Section 2-11.1(c) of the County Code 9• Mlanyi-Dade County Employment Drug -free Workplace Certification Section 2-8, 1,2(b) f the County Cade 8. Miami -Dade County Family Leave Article V of Chapter 1 1 of the County Code 4, Miami -Dade County Disability Non -Discrimination Article 1, Section 2.8,1.5 Resolution R 182.00 amending • R-385-95 9. M)arnl-Dade County living Wage Section 2.8.9 of the County Code a Miami -Dade County Debarment Disclosure Section 10.36 of the County Code 10. Miami -Dade County Domestic Leave and Reporting Article 8, Section I IA-60 1 IA-67 o f� CoUnly Code Leh/? (..- z o7 m Printed Name of Afflant ✓1/P r" - t iS' L' 4 rfr7 6.49; Na e of Fir drPtr `A'�t'5 �1 � 06)/11- Printed Title of Afflant ✓ r1 6 r't/, G� . ity,iir 5 / , 14q f-1 T`ra rr q l)1 Address of Ffrm Notary Public --State of State S nature of Affiar7 // //�� Date Notary Public Information Counly of 16( ) aM i Subscribed and sworn to (or affirmed) before me Ihts ( gnat u a :Ts o ary Pu•Ilc 1\ Zip Code He or she Is personally known tome or has produced identification E Serial Number ififE :' 9t1`r't4 'rit'1 gfen(' KA/�n 3 Up'. tfon D to Notary Public Seal X DONNA M. LLACA 5 t MY COhIMIS ;ION 0 PF064007 e.ei rr, µ`5/ CXPIREs:Domini. IS, 2017 Page 1 of 3 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 submit with the bid proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors in acgordance with Section 1, Paragraph 1.15 NO SUT,RACT° S WILL BE UTILIZED FOR T,HICONTRACT Sionsture Date Page 2 of 3 Revised 2/11/11 MIAMI-DADE COUNTY SUBCONTRACTOR/SUPPLIER LISTING 41° (Miami -Dade County Code Sections 2.8,1, 2.8.8 and 10.34) Name of Proposer; fi /i��ti�/ 95rrt� \-Q/7? }1]�� �' C��'f�FE1 No al %�(>'p �f lG 8809-0/19 In accordance with Sections 2-8,1, 2-8,8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a 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 awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Proposers should enter the word 'NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below. In accordance with Ordinance No, 11.90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. In the event that the recommended Proposer demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract, (Please duplicate this form if additional space is needed.) Principal Owner (Enter the number of male and female owners by race/ethnicity) Employee(s) (Enter the number of male and female employees and the number of employees by racetethhicity) Business Name and Address Scope of Work to Gender RacelEthnioity Gender Race/Ethnicity of First Tier Subcontractor! Subconsultant principal Owner be Performed by Subcontractor/ Subconsultant M F mg. �, e x Asian/Pacific Islander Native American/ Native Alaskan 0 M F w m Hispanic . 8 a b B 0 (✓ /1 Principal Owner (Enter the number of male and ferrate owners by racelefhnicity) Employee(s) Enter the number of male and female employees and the number of err . ioyees by race/ethnicity) Supplies/Material Gender Race/Ethnicity Gender Race/Ethnicity Business Name and Address of First Tier Direct Supplier Principal Owner slServices to be Provided by Supplier M F Oa N. H Native American/ I Native Alaskan 0 M F ..z: �s _` s. n v t1 E ,Z W y a a A 0 e./- (] Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on-line to the Small Business Development of the Department of Regulatory and Economic Resources at http:llwww.miamidade,govibusinesslbuslness- deveiopment-cantracts.asp. As a condition of final payment, Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http:/1www,miamidade.govlbusinessilibrervlformslsubcontracters-pavment,pdf, f certify th; the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate,, Signature of Proposer ride? -5,1)' /45 / Print Name Print Title Date 3 of 3 SUB 140 Rev. 6/12