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. �/ .