Loading...
HomeMy WebLinkAboutR-00-0213J-00-184 2/23/00 0- 2i RESOLUTION NO. � " A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE RECOMMENDATION OF .THE CITY MANAGER APPROVING THE FINDINGS OF THE QUALIFICATION COMMITTEE AND AUTHORIZING TEN (10) QUALIFIED TOWING FIRMS, TO PROVIDE TOWING AND WRECKER SERVICES, AT AN ANNUAL AMOUNT NOT TO EXCEED $40,000 FOR TOWING OF CITY -OWNED, LEASED,OR RENTED VEHICLES FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION; AND FOR TOWING OF POLICE/FIRE DISPATCHED TOWING AND WRECKER SERVICES FOR PRIVATE VEHICLES, FOR THE POLICE DEPARTMENT, PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 98-99-171; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR AN INITIAL TERM OF THREE (3) YEARS, WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS; AT THE SAME TERMS, PRICING, AND CONDITIONS; ALLOCATING FUNDS THEREFOR FROM GENERAL SERVICES ADMINISTRATION BUDGET, ACCOUNT CODE NO. 503001.420905.6.340 AND FROM THE POLICE GENERAL OPERATING BUDGET, ACCOUNT. CODE NO. 001000.290201.6.270. WHEREAS, the City of Miami seeks a contract for the provision of towing and wrecker services for three (3) years, with the option to renew for two additional one (1) year periods, for the Departments of General Services Administration, Police and Fire; and WHEREAS, pursuant to public notice, a Request For Qualifications No. 98-99-171 were mailed to 25 towing companies CITY CO1vMSSIOIR MEETING OF, MAR 0 9 2000 Resolution No. 00" 213 }}rr_ in designated zones an applicant may apply to provide towing services; and WHEREAS, ten proposals were received on November 24,.1999; and WHEREAS, a Qualification Committee, comprised of staff from the Department of Police, Department of General Services Administration and the Miami -Dade County Consumer Services Department, evaluated the proposals and applications; and WHEREAS, the Qualification Committee evaluated the proposals submitted in response to the Request For Qualifications No. 98-99-171; and WHEREAS, the Qualification Committee deemed the following ten firms qualified Midtown Towing of Miami, Inc., Zone 1, Nu -Way Towing Service, Inc., Zone 1, Diaz Towing Inc., Zone 2, Downtown Towing Co, Zone 2, Molina Towing, Inc., Zone 3, King's Wrecker Services, Inc, Zone 3, Blanco Towing Inc. d/b/a Freeway Towing, Zone 4, Banos Towing Services Corp., Zone 4, Southwest Transport Inc. d/b/a "Southland" the Towing Company. Zone 5, Ted & Stan's Towing Service, Inc., Zone 5; and WHEREAS, the City Manager adopts the finding of the Qualifications Committee; and WHEREAS, funds are available from the General Services Administration Budget, Account Code No. 503001.420905.6.340, and Page 2 of 4 the Police General Operating Budget, Account Code No. 001000.290201.6.270. 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 City Manager's recommendation to approve the findings of the Qualification Committee, pursuant to Request for Qualifications No. 98-99-171, is hereby accepted. Section 3. The City Manager is hereby authorized" to execute agreement(s), in a form acceptable to the City Attorney, with the qualified towing companies, for an initial term of three (3) years, with the option to extend for two (2) additional one (1) year periods, at the same terms, pricing, and conditions, with funds therefor hereby allocated from General Services Administration Budget, Account Code No. 50301.420905.6.340 and from the Police General Operating. Budget, Account Code No. 001000. 290201.6. 270. �i The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to� those prescribed by applicable City Charter and Code provisions. 00- 213 Page 3 of 4 Section 4 This Resolution shall become effective immediately upon its adoption and signature of the mayor.2V PASSED AND ADOPTED this 9th day of March 2000. JOE CAROLLO, MAYOR � accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of tha, legislation by signing it in the designated place provided, said legislation now becomes effective with the elapse of ten (10) da, 'rorntle teofCW11mi , regwdktg, same, without the Mayor e.x e jsj t ATTEST: WakkAoiroeman, City Clerk WALTER J. FOEMAN CITY CLE APP /T 0 CORRECTNE Foe"VED, , ,0& ORM P _0D Sse, TY ATTORNEY W4184:RCL If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 4 of 4 ATTACHM - RECONIMENDED Tial RSG AGENCIES RFQ NO. 98-99-171 NAME OF TOWING FIRM 1. Midtown Towing of Miami, Inc. 551 N.W. 72"d Street Miami, Fla. 33150 Local / Female 2. Nu -Way Towing Service, Inc. 551 N.W. 71" Street Miami, Fla. 33150 Local / Non Minority 3. Diaz Towing Inc. 2110 N. Miami Ave. Miami, Fla. 33127 Local / Hispanic 4. Downtown Towing Co. 2418 N. Miami Ave. - Miami, Fla. 33127 Local / Female 5. Molina Towing, Inc. 2151 N. W. 7`h Ave. Miami, Fla. 33127 Local / Hispanic 6. King's Wrecker Service, Inc. 1529 NW 37`h Street Miami, Fla. 33142. Local / Hispanic 7. Blanco Towing Inc. d/b/a Freeway Towing 2246 N.W. 25`h Ave. Miami, Fla. 33142 Local / Female 8. Banos Towing Services Corp. 2100 N.W. 17`h Avenue Miami, Fla. 33142 Local / Hispanic 9. Southwest Transport Inc. d/b/a "Southland" the Towing Company 3870 Shipping Avenue Miami, Fla. 33146 Local / Non Minority ASSIGNED ZONE 1 1 2 3 4 4 5 10. Ted & Stan's Towing Service, Inc. 5 3075 S.W. 28`h Street Miami, Fla. 33133 Local /Female 0O� a E -`2 3 3 4 4 5 10. Ted & Stan's Towing Service, Inc. 5 3075 S.W. 28`h Street Miami, Fla. 33133 Local /Female 0O� a E TO FROM CITY OF MIAMI, FLORIDA 23 INTER -OFFICE MEMORANDUM The Honorable Mayor and Members of the City ommission Donald H. Warshaw City Manager RECOMMENDATION DATE: 2 4 2000 SUBJECT Resolution Authorizing Award of Contracts for REFERENCES: Towing Services ENCLOSURES: FILE: It is respectfully recommended that the City Commission adopt the attach Resolution approving the findings of a Qualification Committee as to the most qualified firms to provide towing and wrecker services to the City of Miami; authorizing the City Manager to execute contracts in a form acceptable to the City Attorney, and to instruct the Chief Procurement Officer to issue a purchase order for these services. Funding for the towing of City owned, leased, or rented vehicles is available from the General Services Administration Budget, Account Code No. 503001.420905.6.340. Towing of Police/Fire dispatched towing services for private vehicles is available from the Police General Operating Budget, Account Code No. 001000.290201.6.270. BACKGROUND The Miami Police Department, in conjunction with the Purchasing Department and Law Department, coordinated the development of a Request for Qualifications (RFQ) and a Sample Agreement. Proposals . were received from ten (10) towing agencies on November 24, 1999, and site inspections were conducted to determine if their facilities met minimum requirements. A Qualification Committee, comprised of staff from the Miami Police Traffic Unit, Miami General Services Administration and Miami -Dade County Consumer Services Department, evaluated the proposals and applications to provide towing and wrecker services to the City of Miami, which were submitted in response to the RFQ 998-99-171. (All proposals and applications were evaluated to ensure that they met all of the minimum qualifications.) The RFQ set forth the City's terms and conditions under which a company would be permitted to provide towing and wrecker services to City departments, in particular for the Police Department. `"" The Honorable Mayor and Members City Commission Page 2 The RFQ designated zones within the City for which each proposer could apply to provide the service. On the basis .of the requirements of the RFQ, it was determined that the following firms .qualify to provide towing services in the designated zone. ZONES QUALIFIED FIRMS ZONE I- Midtown Towing of Miami Inc. Nu -Way Towing Service Inc. ZONE 2- Diaz Towing Inc. Downtown Towing Co. ZONE 3- Molina Towing Inc. King's Wrecker Service ZONE 4- Blanco Towing Inc. d/b/a Freeway Towing Banos Towing Services Corp. ZONE 5- Southwest Transport Inc. d/b/a "Southland the Towing Company" Ted & Stans Towing Service Inc. In accordance with the RFQ, two towing agencies per zone may be contracted to•provide services. As in the .past, one of the most equitable features of the towing contract system of the City is that a citizen will pay the same amount regardless of their location in the City. Maintaining the same towing costs citywide is also more feasible administratively: It is preferred that the proposer's facility be located in the zone applied for, or in close proximity thereto, to maximize quick response time and for ease in administering the contract. DHW:WEO:RAM-IKSar U0 2 TO: William O'Brien Chief of Police FROM . Lieutenant Richard Walterman Traffic Unit Commander CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE : February 16, 2000 FILE : SUBJECT: Towing RFQ 98-99-171 REFERENCES: Enclosure One (1) ENCLOSURES: On January 18, 2000 the Qualification Committee for Towing Services met at the central police station to review and evaluate all Responses received from ten (10) proposers to determine if they met all of the Minimum Qualifications with regards to RFQ 98-99-171. The Committee consisted of myself, Francie Boellard, Inspector from Miami -Dade County Consumer Services Department and Victor Morales, Light Fleet Services Superintendent City of Miami General Services Administration. All committee members were experienced and knowledgeable in the area of towing for public entities. After reviewing the submitted documentation by each proposer, it was determined that all Proposers with the exception of Kings Wrecker, had submitted all required documentation and were deemed qualified. The Law Department was contacted prior to this determination for an opinion. Since this evaluation period, the City of Miami Chief Procurement Officer (Director of Purchasing) has deemed the failure of King's Wrecker to submit the evidence of ability to obtain a Letter of Credit/Security to be an irregularity based upon mitigating circumstances surrounding the issuance and opening of the RFQ ( See attachment). She also decided to waive this irregularity based on a lack of materiality. Officer Moe of the Police Towing Detail presented the Committee with information regarding proposers location of payment office and storage facility, past performance, including documented complaints against proposers, financial ability, including any arrears in payment to the City under the prior contract, experience in the provision of towing services for the public sector. After reviewing this criteria to determine the recommendation of zones for each proposer the following companies were deemed qualified and will be submitted to the City Manager for his approval and submission to the City Commission for final approval for their preferred zones as follows: 00 Pg. (2) Zones Oualified Firms ZONE I- *Midtown Towing Of Miami Inc.. *Nu -Way Towing Service Inc. ZONE 2- *Diaz Towing Inc.. *Downtown Towing. Co. ZONE 3-, *Molina Towing Inc. *King's Wrecker Service ZONE 4- *Blanco Towing Inc. d/b/a Freeway Towing *Banos Towing Services Corp. ZONE 5- *Southwest Transport Inc. d/b/a.;, "Southland the Towing Company". *Ted & Stans Towing Service Inc. RW:am • 0 GTY Of iN11AN11. P- :PICA INTER -OFFICE MEMORANDUM TO: EVALUATION COMMITTEE DATE February 9, 2000 FILE Those Listed Below SUBJECT: RFQ No. 98-99-171 Judy Carter ector FROM: PurCh ep ment REFERENCES: ' ENCLOSURES: Recently, I received your decision deeming King's Wrecker Service, Inc. non-responsive to RFQ 98-99-171 for failure to meet Section 3.6 (H) Minimum Qualifications of Proposer. Upon receiving this notice, I advised King's Wrecker of your decision and informed the firm that they were ineligible to be considered in the evaluation. Since that letter was issued, however, I have been made aware of various mitigating circumstances that may have created a misunderstanding in the RFQ response by King's Wrecker. After a thorough review of the circumstances that surrounded the issuance and opening of the RFQ, I have determined the following: ❑ The RFQ contained conflicting language in Section 3.6H and Section 4.4 5 which could have resulted in some confusion as to the Respondent's submission of evidence of ability to obtain a letter of credit. ° ❑ At the pre -proposal conference, the representative of King's Wrecker asked about the possibility of submitting the evidence of ability to obtain a Letter of Credit/Security on its own letterhead and was apparently given an affirmative answer by City of Miami staff, which was not subsequently put in writing as an addendum to the RFQ. ❑ The waiver of the requirement of the submission of evidence attesting to King's Wrecker's ability to post a Letter of Credit/Security would not result in any costs or burdens placed on any Respondent since the actual Letter of Credit/Security must be in place at the time of execution of the Contract between the Respondent and the City. In light of these circumstances, I have deemed the failure of King's Wrecker to submit the evidence of ability to obtain a Letter of Credit/Security to be an irregularity. I have also decided to waive this irregularity based on lack of materiality. Therefore, King's Wrecker should be deemed responsive under Section 3.6H of the RFQ and be considered for further review in the evaluation process. If you have any questions concerning this decision, please contact Pamela E. Burns, Sr. Procurement Contracts Officer at x-1905. (). C • RECOMMENDATION FOR AWARD OF RFQ NO. 98-99-171 ITEM: Towing and Wrecker Services DEPARTMENT: GSA/Police TYPE: Term Contract REASON: To provide towing and wrecker services for the City of Miami. RECOMMENDATION: To approve the findings of the Qualification Committee, pursuant to RFQ No. 98-99-171, to award towing and wrecker services to ten (10) towing agencies, as attached, to perform towing and wrecker services in a specific . assigned zone throughout the City, for towing of city -owned, leased, or rented vehicles for the Department General Services Administration (GSA), and for towing of Police/Fire dispatched towing and wrecker services for private vehicles; allocating funds therefore from GSA Budget, Account No. 503001.420905.6.340 and from the Police General Operating Budget, Account Code No. 001000.290201.6.270. rector df Purchasing 21 �� Dat Zia