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