Loading...
HomeMy WebLinkAboutR-88-0608If f J=88-638 6-24-88 RESOLUTION NO. A RESOLUTION ACCEPTING THE, EXTENSION OF THE EXISTING CONTRACT FOR AUTOMOBILE RENTAL TO INTERAMERICAN CAR RENTAL, INC. APPROVED ORIGINALLY ON RESOLUTION NO. 87-635, BID NO. 87-88-084 TO PROVIDE APPROXIMATELY 7U-80 RENTAL CARS TO THE POLICE DEPARTMENT FOR ONE (1) YEAR AT A TOTAL PROPOSED COST OF $415,520.00; ALLOCATING FUNDS THEREFOR FROM THE 1988-89 OPERATING BUDGET ACCOUNT CODE NO. 290201-610 ($155,520.00) AND LAW ENFORCEMENT TRUST FUND PROJECT #690001 ($260,000.00); AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS SERVICE, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, this service will be used by the Department of Police for undercover operations to reduce the risk of police officers being identified by the criminal elements and to enable officers to exchange vehicles when their identity may be compromised; and WHEREAS, funds for this purchase will be available from the 1988-89 Operating Budget Account Code No. 290201-610 ($155,520.00) and Law Enforcement Trust Fund Project #690001 ($260,000.00); and WHEREAS, this contract was originally approved on Resolution No. 87-635 on July 9, 1988, Bid No. 86-87-084; for the rental of approximately 60 automobiles increasing the quantity this year to 70-80 automobiles due to the additional staff which have been provided to the specialized units in order to address street drug, robbery, burglary and/or other vice problems; and WHEREAS, the City Manager and the Director of the Department of Police recommend that the extension for one (1) year for Automobile Rental provided by InterAmerican Car Rental, Inc. be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The extension of the existing contract from InterAmerican Car Rental, Inc. approved originally on Resolution No. 87-635, Bid No. 86-87-084) to provide Automobile Rental CITY COIJiMISSION MEETING OF JUL 14Q1936 RESOLUTION No. REMARKS: _ 1 renewable annually for the Department of Police at a total proposed cost of $415,520.00 is hereby accepted with funds therefor hereby allocated from the 1988--89 Operating Budget Account Code No. 290201-610 ($155,520.00) and Law Enforcement Trust Fund Project #690001 ($260,000.00). Section 2. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a Purchase order for this service, subject to the availability of funds. PASSED AND ADOPTED this 14th day of July , 1988. XAV-SnREZ, MAYOR AT1T4V4'1a-� MATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: c' A/ZvlC ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A/1 JO E Lb FE ANDEZ CITY ATTORN Y r2- 88-608. 0 ` CITY OF MIAMI. FLORIOA INTEFt-OFFICE MEMORANDUM TO The Honorable Mayor and Members of the City Commission �R .+ Cesar R. Odio City Manager RECOMMENDATION: zi DATE .�• J U L -� FILE LE SUBJECT Recommendation for Resolution & Extension of Bid No. 36-87-084 Auto Rental Contract REFERENCES ENCLOSURES It is respectfully recommended that a resolution be passed extending the existing contract for Auto Rental with InterAmer.ican, Car. Rental, Inc., through September 30, 1989, und1-r the same terms, conditions, and prices as authorized in Resolution 'Jo. 87-635, for a total proposed amount of $415,520. BACKGROUND: The Miami Police Department does not have sufficient ;ur.vrillance plainclothes cars to equip the specialized units which hava been provided additional staff in order to addro5s street drug, robbery, burglary and/or other vice problems. Therefore, the Department is requesting the number of rentals be increased from approximately sixty (60) automobiles to approximitely seventy to eighty (70-80). These vehicles will continue to be utilized for undercover operations; to reduce the risk of police officers being identified by the criminal element; and, to enable officers to exchange vehicles when their identity maybe compromised. It is, therefore, recommended that a resolution be approved for the extension of the automobile rental contract with InterAmerican, Car Rental, Inc., through September 30, 1989, for an amount not to exceed $415,520. Subject to the availability of funds, the source of fuming will be $155,520 from the Fiscal Year 1988-89 Police Operating Budget, Index Code 290201-610 and $260,000 from the Law Enforcement Trust Fund (LETF), project number 690001. CHO:sl 98-608_ :2 / " / CITY Off' MIAMI. PLORIOA INTER -OFFICE MEMORANDUM TO William J. Schaut Procurement Supervisor FROM Clarence tiiciC�vn` Chief of. Police DATE 1I 1 A! �7 ) 4Q RILE. d U'V I, Ri! SUBJECT Bid #86-87-084, Approval REFERENCES ENCLOSURES This department has verified available fundin- with the Departments of Finance and Management & Budget that funds are available to cover the cost of the subject bid in the amount of $415,520* Account Code 'Number 290201-610 and Law Enforcement Trust Fund (LETF) project number 690001. *S155,520 FY-88-89 Budget *$260,000 Law Enforcement Trust Fund (LETF) FINANCE REVIEW & APPROVED BY: Carlos Garcia, Director Department of Finance BUDGETARY REVIEW & APPROVED BY: Ma ohar S. Surana, Director Department of Budget ADDITIONAL APPROVALS (IF REQUIRED) Sergio Rodriguez, Director Planning Department Frank Castaneda, Director Community Development (This form properly signed is part of the recommendation package to be placed on the attached to the resolution cover memorandum.) bid evaluation and agenda and must be i .1 SUBMIT BIDS TO: CITY OF MIAMI, FLORIDA Office of the City Clerk INVITATION TO BID 3500 Pan American Drive TERM CONTRACT P.O. Box 330708 Miami, Florida 33133 Bidder Acknowledgment TELEPHONE NUMBER MAILING DATE (City) BID N0. Page 1 of pages 579-6380 May 11, 1987 86-87-084 Bids w,ll be opened BID TITLE 2.30 p.m. May 26, 1987 Automobile leaGP/rental contract Roason for "no b,d" d"� ^'dr � t L'P •..;"dd:^ .: 1� •e:V dais alter s,,,h Cdte and 1—C AIa%%ards trade as a res .IS of 1h,s b d sha'' conform to applicable) sect o'•s of the charter a,)d code of the City of htlam %AVE CF vENOOR I A CORPORATION OF THE I.`: i FPA: IERICAN CAR RENTAL STATE OF FLoRIDA tA1L. ..DRESS 179n N.t%. LeJuene Road CIT'r STATE ZIP N1,V-1I . FL. 33126 ^df 'nd b o S >ce :rrhu„f ;)rrJr undersrinU,ng, agreernent, or ,Or. -•C; .', J,� :. to d"V try". Or pers(in Subm,rr"rg a b,d for the sane r a • r .+'s s .ra ,•, J e; , u" rnr and ,s t) all resper ro'a,r and without COI „s-o,� er ',a..r / d�•ee 'P d.),de by d,r coordhons of th,s brd and cert,t,, that r a ,r a„rhor reu to ,.g„ rn,s b,d fur the h,oder. AREA CODE TELEPHONE NUMBER VENDOR NO. 305 871 3030 N/A VENDOR MAILING DATE HAND DELIVERED CERTIFIED CR CASHIER'S CHECK IMMW§lMM IS ♦TTACHFQ *HF•. Q-Fr WQ$:h ,u THE AM01INT nF f lYUTHORiZED-SIGNATURE (Manual) R. Bvrd V.P. \ AUTHOR( SIGNATURE (Typed) TITLE Robert J. Siedlecki, President GENERAL CONDITIONS BIDDER: To Insure acceptance of the bid, follow these instructions. SEALED BIDS: All bid sheets and this form must be executed and submitted in a seated envelope. The face of the envelope shall contain, in add ition to the above address, the date and time of the bid opening and the bid number. Bids not submitted on attached bid form may be rejected. All bids are subject to the conditions Specified hereon and On the attached Sheets. 1. EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided above. The company name r must also appear on each page of the bid as required. ( 1 mom I 2. NO BID: If not submitting a bid, respond by returning this form, marking it "NO BID", a,id explain the reason In the space provided above. Repeated failure to quote without sufficient justifi,ation shall be cause for removal of the supplier's name from the bid mailing list. NOTE: To qualify as a respondent, bidder must submit a "NO BID", and it must be received no later than the stated bid opening date and hour. 3. BID OPENING: Shall be public, on the date and at the time specified on the bid form. It Is the bidder's responsibility to assure that his bid is delivered at the proper time and place of the bid opening. Bids which for any reason are not so delivered, will be returned unopened. Offers by telegram or telephone are not acceptable. 4. PRICES, TERMS and PAYMENT: Firm prices shall be quoted; typed or printed In ink and Include all packing, handling, shipping charges and delivery to any point within Dade County. Bidder is requested to offer cash discount for Wompt invoice payment. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified, V^Chever is later. a) TAXES: Do not include State or Federal taxes not ap• plicable to municipalities. The applicable Tax Exemption number Is shown on the Purchase Order. W MISTAKES: Bidders are expected to examine the specifications, dP , schedule, bid prices, and all in- structions pertaining to supplies and services. Failure to do so will be at bidder's risk. c) CONDITION AND PACKAGING: It Is understood and agreed that any item offered or shipped as a result of this bid Shall be new (current production model at the time of this bid). All containers shall be Suitable for storage or shipment, and all prices shall Include standard com- mercial packaging. d)SAFETY STANDARDS: Unless otherwise stipulated In the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of Oc• cupational Safety and Health Act and any standards thereunder. e) INVOICING AND PAYMENT: The contractor shall be paid upon submission of properly certified invoices to the city of Miami at the prices stipulated on the purchase order, less deductions if any, as provided. All invoices Shall bear the purchase order. Invoicing at variance with this provision may subject the contract to cancellation. S. MANUFACTURER'S NAMES AND APPROVED EQUIVALENTS: Any manufacturers' names, trade names, brand names, Information or catalog numbers listed in a specification are for Information, not to limit competition. The bidder may offer any brand for which he is an authorized representative, which meets or exceeds the specification for any Item(s). If bids are based on equivalent products, in- dicate on the bid form the manufacturer's name and number and indicate any deviation from the specifications. YOUR BID, LACKING ANY WRITTEN INDICATION OF INTENT TO QUOTE AN ALTERNATE BRAND, WILL BE RECEIVED AND CONSIDERED AS A QUOTATION IN COMPLETE COMPLIANCE WITH THE SPECIFICATIONS ASLISTED ON THE BID FORM. The Division of Purchasing is to be notified of any proposed changes in (a) materials used, (b) manufacturing process, or (c) construction. However, changes shall not be binding upon the city unless evidenced by a Change Notice issued and signed by the Purchasing Agent, SH-6Uh AFFIDAV14 -- I, Clarence Dickson, Chief of Police, City of Miami, do hereby certify that the aforementioned request for expenditures from the City of Miami Law Enforcement Fund, for the funding of The Lease of up to Fifty (50) Vehicles, in an amount not to exceed $260,000, complies with the provisions of Section 932.704, Florida Statutes, as amended. arence Dickson Chief of Police City of Miami Police Department 6.2d Date SWORN TO AND SUBSCRIBED BEFORE ME THIS ,T� , 1988. (:2i� - NOTARY PUBLIC My Commission Expires: NOTARY PUBLIC STATE OF FLORMA NY CGNNISSION EXP. FES 27,1289 BONDED TMAU GENERAL INS. UNO. b�u�•dd Date DAY OF Ae-soe. �/ .