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