Loading...
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