HomeMy WebLinkAboutR-00-0269J-00-244
3/13/00
RESOLUTION NO.
A RESOLUTION OF THE MIAMI CITY COMMISSION BY
A FOUR FIFTHS (4/5THS) AFFIRMATIVE VOTE,
RATIFYING, APPROVING, AND CONFIRMING THE CITY
MANAGER'S FINDING OF AN EMERGENCY, WAIVING
THE REQUIREMENTS FOR COMPETITIVE SEALED BIDS,
AND APPROVING THE PROVISION OF POLICE/FIRE
DISPATCHED TOWING AND WRECKER SERVICES
INCLUDING TOWING OF CITY -OWNED, LEASED AND
RENTED VEHICLES BY BANOS TOWING CORP., DIAZ
TOWING SERVICES, INC., DOWNTOWN TOWING CO.
INC . , FREEWAY TOWING, INC . , KINGS WRECKER
SERVICES, INC., MIDTOWN TOWING OF MIAMI,
INC., MOLINA TOWING, INC., NUWAY TOWING,
SOUTHLAND TOWING, AND TED AND STANS TOWING,
FOR A THREE MONTH PERIOD FROM
NOVEMBER 1, 1999 THROUGH MARCH 31, 2000, IN
AN AMOUNT NOT TO EXCEED $70,000; ALLOCATING
FUNDS THEREFOR FROM THE POLICE GENERAL
OPERATING BUDGET, ACCOUNT CODE
NO. 001000.290201.6.270.
WHEREAS, the contracts for the provision of towing services
expired November, 1999; and
WHEREAS, Request for Qualifications No. 98-99-171 was issued
and 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
CITY COMMISSION
MEETING OF
MAR 2 3 2000
Resolution No.
Department, was appointed to evaluate the proposals and
applications; and
WHEREAS, it was necessary for the Department of Police to
continue towing services for a three month period, in an amount
not to exceed $70,000, to avoid a' lapse in service during the
selection process; and
WHEREAS, Banos Towing Corp., Diaz Towing Services, Inc.,
Downtown Towing Co. Inc., Freeway Towing, Inc., Kings Wrecker
Services, Inc., Midtown Towing of Miami, Inc., Molina Towing,
Inc., Nuway Towing, Southland Towing, and Ted and Stans Towing,
were selected as they are the current providers of towing
services for the Police Department; and
WHEREAS, the City Manager made a written finding that an
emergency existed and authorized the provision of said services
for a three month period from November 1, 1999 through
March 31, 2000; and
WHEREAS, funds are available from the Police General
Operating Budget, Account Code No. 001000.290201.6.270;
0
Page 2 of 3
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. By a four fifths (4/5th,) affirmative vote of
the members of the City Commission, the City Manager's finding of
an emergency, waiving the requirements for competitive sealed
bids and approving the provision of police/fire dispatched towing
and wrecker services, including towing of city -owned, leased and
rented vehicles by Banos Towing Corp., Diaz Towing Services,
Inc., Downtown Towing Co. Inc., Freeway Towing, Inc., Kings
Wrecker Services, Inc., Midtown Towing Of Miami, Inc., Molina
Towing, Inc., Nuway Towing, for a three month period from
November 1, 1999 through March 31, 2000, in an amount not to
exceed $70,000, for the Department of Police, are hereby
ratified, approved and confirmed, with funds therefor hereby
allocated from the Police General Operating Budget, Account Code
No. 001000.290201.6.270.
Page 3 of 3
CJ
1
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.'/
PASSED AND ADOPTED this 23rd day of March , 2000.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval d
this legislation by signing it in the designated plac rovided, said legislation no,,ra
becomes effective with the elap(or ten da s n the date of Commissicn a ,
regarding same, without the Ma�xer
ATTEST:
cle*c
WALTER J. FOEMAN
CITY CLERK
FORM�vD CORRECTNESS:t
XLEJAND= VILARELLO
CITY ATTORNEY
W4240: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 3
TO
FROM
® CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
The Honorable Mayor and Members
of the City C ission
onald H. Warshaw
City Manager
RECOMMENDATION
DATE: MAR 13 2000
SUBJECT: Resolution Ratifying City
Manager's Action
REFERENCES: Emergency Purchase of
ENCLOSURES: Towing Services
FILE:
It is respectfully recommended that the City Commission adopt the attached Resolution ratifying
the City Manager's emergency action authorizing the continued provision of towing services for
Police and Fire Dispatched Towing and Wrecker Services including towing of City -owned, leased
and rented vehicles by Banos Towing Corp., Diaz Towing Services, Inc., Downtown Towing Co.
Inc., Freeway Towing, Inc., Kings Wrecker Services, Inc., Midtown Towing of Miami, Inc.,
Molina Towing, Inc., Nuway Towing, Southland Towing, and Ted and Stans Towing, in an
amount not to exceed $70,000. Funding is available from the Police General Operating Budget,
Account Code No. 001000.290201.6.270.
BACKGROUND
The towing contracts for the provision of towing services from the above listed vendors expired on
November 1999. After several delays, whereby the City Commission requested changes to the
Request for Qualifications (RFQ), the RFQ was issued, and responses were received by a number
of firms. To avoid any lapse in service while the selection process for the new contract award is
being properly secured, the Police Department requested and received authorization from the City
Manager to issue an Emergency Purchase for the continuation of these services for a three (3)
month period, from November 1, 1999 through March 31, 2000. The aforementioned towing
companies agreed to provide these services under the same terms, conditions, and pricing, through
March 3 V, 2000, or until a new contract is executed.
W.1,6
DHW:WEO: C:JLM:Ir
` X69
CITY OF MIAMI, FLORIDA
INTER-OFFICE MEMORANDUM
J 71i 'If 77
: Donald H. Warshaw DATE : JAN 19- 200CtO - -, ! 9 F1LFfj A162
City Manager
SUBJECT: Emergency Purchase
FROM: William E. O'Brien REFERENCES : Towing Services
Chief of Police ENCLOSURES:
Description of commodity/service needed
It is necessary for the Police Department to continue the provision of towing services for Police
and Fire Dispatched Towing and Wrecker Services including towing of City -owned, leased and
rented vehicles.
Emergency Justification
The towing contracts for the provision of towing services from the below listed vendors expired on
November of 1999. After several delays, whereby the City Commission requested changes to the
Request for Qualifications (RFQ), the RFQ was issued, and responses were received by a number
of funis. To avoid any lapse in service while the selection process for the new contract award is
being properly secured, the department is requesting your authorization for an emergency purchase
for the provision of towing services from the- below listed towing companies for the months of
November 1, 1999 through March 31, 2000.
Solicitations
Southland Towing, Nuway Towing, Downtown Towing Co. Inc., Diaz Towing Services, Inc.,
Midtown Towing of Miami, Freeway Towing, Inc., Ted and Stans Towing, Banos Towing Corp.,
Molina Towing, Inc., and Kings Wrecker Services, Inc., have agreed to provide these services
under the same terms, conditions, and pricing, from November 1, 1999 through March 31, 2000, or
until a new contract is executed.
Reason for selecting vendor
The aforementioned towing services have been providing this service to the Police Department
under City issued RFQ No. 95-96-161
Tofal cost of purchase
$70,000.00
APPRO ISAPPROVED:
_
7.'Don3rd H. Warshaw
Date
City Manager
Budgetary Review and Approval:
Account Code No. 001000.290201.6.270
Q.//#'ll
00
Luie L. brennan
Date
U Interim Director
Department of Management & Budget
:int Of Mbatni
M & ®udgM
z=
WEO:B :JLMar
Time Prov M)
Amount of Saw 9a is.
•Mailable in account number:
0 0220 ,.
Wr ied by: SIGN U