Loading...
HomeMy WebLinkAboutR-95-0311J-95-359 4/18/95 RESOLUTION NO. 95 3 It A RESOLUTION ACCEPTING THE BID OF ROYAL RENT - A -CAR FOR THE FURNISHING OF AUTOMOBILE RENTAL SERVICE ON A CONTRACT BASIS FOR A PERIOD OF ONE YEAR WITH THE OPTION TO EXTEND FOR AN ADDITIONAL ONE (1) YEAR PERIOD FOR THE DEPARTMENT OF POLICE AT A TOTAL ESTIMATED ANNUAL COST OF $602,880.00; ALLOCATING FUNDS THEREFOR FROM THE FOLLOWING SOURCES: 1) LAW ENFORCEMENT TRUST FUND, PROJECT NO. 690001, INDEX CODES 290931-610 ($1,256), 290933-610 ($7,536), 290981-610 ($474,768), 290933-610 ($13,816), ($7,536), SUCH EXPENDITURES HAVING BEEN CERTIFIED BY THE CHIEF OF POLICE AS COMPLYING WITH FLORIDA STATE STATUTES, CHAPTER 932.7055, AS AMENDED; 2) SPECIAL REVENUE FUNDS: PROJECT NO. 133001, INDEX CODE NO. 290448-610 ($7,536); PROJECT NO. 110060, INDEX CODE NO. 290463-610 ($37,680); PROJECT NO. 142005, INDEX CODE NO. 290455-610 ($45,216); PROJECT NO. 110068, INDEX CODE NO. 290470-610 ($7,536); AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS SERVICE AND THEREAFTER TO EXTEND THIS CONTRACT FOR AN ADDITIONAL ONE (1) YEAR PERIOD, AT THE SAME PRICE, TERMS, AND CONDITIONS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received March 29, 1995 for the furnishing of automobile rental service on a contract basis for a period of one (1) year with the option to extend for an additional one (1) year period for the Department of Police; and CITY COMSISSION MEETING OF MAY 0 9 1995 Resolution No, At- WHEREAS, invitations for Bid No. 94-95-106R were mailed to thirty-three (33) potential bidders and two (2) bids were received;and WHEREAS, authorization is requested to allocate funds from the various sources as specified in Section 2 hereinbelow; and WHEREAS, the Miami Police Department has need for unmarked cars in order to continue the operation of its specialized units to be able to safelty and effectively interact with the criminal element in our community without being easily identified; and WHEREAS, the City Manager and the Chief of Police recommend that the bid received from Royal Rent -a -Car be accepted as the lowest responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The March 29, 1995 bid of Royal Rent -a -Car, for furnishing rental service on a contract basis for a period of one (1) year with the option to extend for an additional one year period for the Department of Police, at a total annual cost of $602,880.00, is hereby accepted, with funds therefor hereby 2- 95- 311 allocated from the following sources: 1) Law Enforcement Trust Fund, Project No. 690001, Index Codes 290931-610 ($1,256), 290933-610 ($7,536), 290981-610 ($474,768), ($13,816), ($7,536), such expenditures having been verified by the Chief of Police as complying with Florida State Statutes, Chapter 932.7055, as amended; 2) Special Revenue Funds: Project No. 133001, Index Code No. 290448•-610 ($7,536); Project No. 110060, Index Code 290463- 610 ($37,680; Project No. 142005, Index Code No. 290455-610 ($45,216); Project No. 110068, Index Code No. 290470-610 ($7,536). Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for this service and thereafter to extend this contract at the same price, terms, and conditions, subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 1st day of May 1995. STE HEN P. CLARK, MAYOR CITY CLERK 3- 95 - 311 PREPARED AND APPROVED BY: RAFAEL 0. DI DEPUTY CI ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: W�ww . elowly W031:csk:ROD - 4 - 95- 311 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 54 TO: The Honorable Mayor and Members of the City Commission DATE : APR 13 1995 FILE : SUBJECT: Bid Approval, Bid No. 94-95- 106R, Rental Vehicles FROM : Ce dio REFERENCES: Ci ager ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the award of Bid No. 94-95- 106R and a Resolution accepting said bid be granted to Royal Rent-A-Car Systems of Florida, a Hispanic, Dade County vendor, located at 1406 N.W. 42 Avenue, Miami, Florida, 33126, in the amount of $602,880, for furnishing Rental Vehicles to the Police Department. BACKGROUND: The Miami Police Department has a need for rental vehicles. Some of these cars will be used by the Special Investigations Section (S.I.S.) which targets vice, narcotics, gambling and subversive groups; the Crime Suppression Unit which targets street level violent crimes; the Proactive Internal Security Unit which investigates police corruption and criminal activity, etc. Use of unmarked rental vehicles is an effective law enforcement tool which can be used to reduce the risk factors to officers involved in these types of operations and has been highly successful in the past. Royal Rent-A-Car Systems of Florida submitted the lowest bid and meets the Department's specifications. On March 13, 1995, invitations for sealed bids were sent to prospective vendors. Bids were opened on March 29, 1995, with two (2) responsive vendors. It is, therefore, recommended that the award of the bid be made to Royal Rent-A-Car Systems of Florida, at a cost of $602,880, for the provision of rental vehicles. /3 9 5 - 311 6-# / 4, The Honorable Mayor and Members of the City Commission Page 2 Amount of Bid $602,880 Cost Estimate/Budgeted Amount: $602,880 Source of Funds: Law Enforcement Trust Fund Project #690001 Bid No. 94-95-106R % of Cost Estimate: 100% Index Codes: 290931-610 $ 1,256 290933-610 $ 7,536 290981-610 $474,768 " $ 13,816 $ 7,536 Special Revenue Fund "Crack Cocaine Grant" Project #133001 Index Code: 290448-610 $ 7,536 Special Revenue Fund "Haitian Narcotics Trafficking Enforcement" Project #110060 Index Code: 290463-610 $ 37,680 Special Revenue Fund "Drug Free Neighborhood Task Force" Project #142005 Index Code: 290455-610 $ 45,216 Special Revenue Fund "Violent Street Crimes Task Force" Project #110068 Index Code: 290470-610 $ 7,536 Minority Representation: Hispanic Public Hearings/Notices N/A Assessable Project: 95 "' 311 N/A 6 FRS IM CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Judy S. Carter Chief Procurement Officer F D d H. Warshaw ief of Police DATE : FILE : SUBJECT : Bid Approval, Bid No. 94-95-106R, Rental Vehicles REFERENCES: ENCLOSURES: This department has verified that funds are available with the Department of Budget to cover the cost of furnishing the Police Department with rental vehicles, at a cost of $602,880. Funding is to be from: Law Enforcement Trust Fund Project #690001 Index Codes: 290931-610 $ 11256 290933-610 $ 7,536 290981-610 $474,768 It $ 13,816 it $ 7,536 Special Revenue Fund "Crack Cocaine Grant" Project #133001 Index Code: 290448-610 $ 7,536 Special Revenue Fund "Haitian Narcotics Trafficking Enforcement" Project #110060 Index Code: 290463-610 $ 37,680 Special Revenue Fund "Drug Free Neighborhood Task Force" Project #142005 Index Code: 290455-610 $ 45,216 Special Revenue Fund "Violent Street Crimes Task Force" Project #110068 Index Code: 290470-610 $ 7,536 BUDGETARY REVIEW & APPROVED BY: ADDITIONAL APPROVALS (IF REQUIRED) Al Manohar Surana Tet rector Department of Eduardo Rodriguez, CIP Manager City Manager's Office 95- 311 (This form properly signed is part of the bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memorandum.) DEPART ENT: TYPE OF PURCHASE: POTENTIAL BIDDERS: BIDS RECEIVED• Auto Lease/Rental Police On a contract basis for one (1) year with the option to extend for an additional one (1) year period. To continue the operation of its specialized units, using unmarked cars to safely and effectively interact with the criminal element in our community without being easily identified. 33 2 FUND.: The Law Enforcement Trust Fund; Project No. 690001; Index Code 290931-610 ($1,256), 290933-610 ($7,536), 290981-610 ($474,768) Index Code 290448-610 ($7,536) Project No. 110060; 290463-610 ($37,680), Project No. 110060; Index Code 290455-610 ($45,216), Project No. 142005; Index Code 290470-610 ($7,536) BID TABULATI Option A* Option B* Royal Rent-A-Car $628.00 $624.00 InterAmerican Car $648.00 Rental *on a monthly basis 95-- M 4'r:.. BID EVALUATION: Bice Invitations Bid Mailed Responses ALL VENDORS ............................ 33 2 MINORITY/FEMALE (M/F) VENDORS.......... 11 1 Within City limits .................. 7 1 Registered with City ................ 2 1 Black (B) Vendors .. ................... 5 0 Located within City limits.......... 1 0 Registered with City ................ 1 0 Female (F) Vendors.... .............. 0 0 Located within City limits.......... 0 0 Registered with City ................ 0 0 Hispanic (H) Vendors .. ... ............ 6 1 Located within City limits.......... 6 1 Registered with City ................ 1 1 NON MINORITY (NM) VENDORS .............. 22 1 Located within City limits.......... 13 1 "No Bids" .............................. - 0 RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO ROYAL RENT -A -CAR A LOCAL, HISPANIC VENDOR AT TOTAL PROPOSED COST OF $602,880.00. IJ Da I e ( ' 95- 311 DID _SECURITY _LIST DID ITEM:APPROXIMATELY 60-80 VEHICLES-------ON—A LEASE/RENTAL_BASIS-- DID NO.s 94-95-106R-------------------------------------------- DATE BIDS) OPENED: MARCH 29j_ 1995 __ 11`00_a_m!......................... 1 . TOTAL DID_Z0KD_SorZ BIDDER DID ANOUT CASHIER IS CHECK -------- ----- ROYAL RENT -A -CAR ------- --- See attached ------------------------- bid ----------- INTERAMERICAN CAR RENTAL -------------- We received on which was sent --- __---- y.one copy o tie —pia to Procurement Department only offers_ ation, if an�r__— ------- ed herein are tie se to this solici ---------- "Offers from the vendors lid other offers submitted in rose ME: here157 Jc.ea a� rr:tt- --- -------------- ------------------- -------------------------------- ---------------L-------------- ------- --- -----------I -- -- -----------— -- -------------------- ----------- ------------------- -----�� ��- ---- ----- ----- ----- ------------ ----------------__-- ------------ --- -- --------- ------------- - __--------------- --- •-----_____ -------------- __-------- ------------ -- ----- ____-_____-_-__--__-__ received (�) envelopes on behalf of (,Parson re vi g bids) �— GSA/SOLID WASTE -PROCUREMENT DIVISION I o n o�_V� � (Cit' Department) —aZE:----------------- ----- —_ � SIG ED: i&,�,��ey City Clerk) _ 29 All :00 CIT! LEGAL ADVERTISEMENT(REVISED) BID NO 94-95-106R Sealed bids will be received by Elie City of Miami City. Clerk at her office located at City Hall, 3500 Pan American" 'veoi,i,KLami, Florida 33133 not later than 119,0Q, "' to establish a contract for the furnishing of appro imateI'`sixty (60) - eighty (80) vehicles on a lease/rental basis for Department of Police. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10062, as amended, ostablished a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispan.i_c and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with Elie City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid a.L the low bid amount, if the original bid amount submitted by tI)e local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate charter and tax return and any other documents to verify the location of the firm's primary office. All vendors whose primary office Is located within the City of Miami must provide a copy of their City Occupational License with their bids. Detailed specifications for the h i ds are avail -able upon request at the City Procurement Office, 1.390 NW 20th Street, Second Floor, Telephone 575-5174. The City Manager may reject all b i.1 lt; and readver tine . (Ad No. 1989) Cesar H. Odio City Manager Y � City of Miami 1989 This number must REQUISITION FOR ADVERTISEMENT appear in the advertisement. „ f INSTRUCTIONS: Please -tynearid attach a copy of the--adveMsRment with this (egulsitign. 1. Department: GSA/PRUCUREI EN'? (FOR) 2. Division: POI - '1; 3. Account Code number: t 290201-287 4. Is this a confirmation: ❑ Yes R1 No S. Prepared by: F FR Mil Tall 6. Size of advertisement: LEGAL. 7. Starting d te: , . - Ui • B. Telephone number: r� r,r 9. Number of times this advertisement is to be published: I 10. Type of advertisement: [ Legal ❑ Classified ❑ Dis la 11. Remarks: BTL NO. 94--95-106R 12. Publication Date(s) of Advertisement Invoice No. Amount HFIA111 REVEEW L'1 `iA1,11 T114ES DIA.RiO LAS kIERICAS 13. ❑ Approved ❑ Disapproved Department Director/De'sighee . Date Approved for Payment Date ;i C iGS/PC 503 Rev. 12/89 i Rouling: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: White - G.S.A.; Canary - Department