Loading...
HomeMy WebLinkAboutR-00-0397J-00-395 5/3/00 • RESOLUTION NO. 0— 39 • 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 FOR 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 THE PERIOD NOVEMBER 1, 1999 THROUGH MARCH 31, 2000, IN AN AMOUNT NOT TO EXCEED $15,000; ALLOCATING FUNDS THEREFOR FROM GENERAL SERVICES ADMINISTRATION, ACCOUNT CODE NO. 503001.420905.6.340. WHEREAS, the contracts for the provision of towing services expired November, 1999; and WHEREAS, Resolution No. 00-269, adopted on March 23, 2000, approved the provision of police/fire dispatched towing and wrecker services from November 1, 1999 through March 31, 2000, but did not include the Department of General Services Administration's funding portion, in the amount of $15,000; 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 CITY COMMISSION, MEETING OF MAY 1 1 2000 Resolution No. • Administration and the Miami -Dade • County Consumer Services Department, was appointed to evaluate the proposals and applications; and WHEREAS, it was a necessary for the Department of General Services Administration to continue towing services for a period from November 1, 1999 through March 31, 2000 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 were the current providers of towing services for the City of Miami; 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 General Services Administration, Account Code No. 503001.420905.6.340; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA; Page 2 of 3 " U �. 3 9 7 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 (4/5ths) 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 for 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 period from November 1, 1999 through March 31, 2000, in an amount not to exceed $15,000, for the Department of. General Services Administration, is hereby ratified, approved and confirmed, with funds therefor hereby allocated from General Services Administration, Account Code No. 503001.420905.6.340. Page 3 of 3 Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this. 11th day of May , 2000. - JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the yor did not indicate approvGl of this legislation by signing it in the designated p' ce provided, said le i,t on now becomes effective with the elapse o ten (10 da f m to of Cosicn a ...,)n regarding same, without the Mayorxerci ing� v o. ATTEST: Walter Foeman', City Clerk WALTER J. FOEMAN CITY C AP OVE A,q TOFORM AIU CORRECTNESS :t/ JANDTO V I L. k, TY ATTORNEY W4360:RCL �i 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. d0` `1 Page 4 of 3 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission ra- DATE SUBJECT • MAY - 2 2000 Resolution Ratifying City Manager's Action FROM: on Wars aw REFERENCES: Emergency Purchase of City Manager ENCLOSURES: Towing Services (G.S.A. Funding Portion) RECOMMENDATION 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, for the months of November 1, 1999 through March 31, 2000, in an amount not to exceed $15,000, for the Department of General Services Administration. Funding is available from the General Services Administration, Account Code No. 503001.420905.6.340. BACKGROUND On January 19, 2000, the City Manager approved an Emergency Purchase Request for the continued provision of towing services for the months of November 1, 1999 through March 31, 2000, at a total cost of $70,000 (see Attachment "X). Unfortunately, the Emergency Purchase Request did not reflect the Department of General Service Administration's funding portion, in an amount of $15,000. As a result, an additional Emergency Purchase Request was prepared to include the omitted funding portion (see Attachment `B"). The request was critically needed to continue providing towing services for City -owned, leased and rented vehicles. DHW Y111 0 City at 0" Manage""al" p.-f,out9t� " -8'- Is abrM>�1I11tA�tber: v Ve"W.MATURE • Budgetary Impact Analysis • 1. Department G=eneral Services Adm. Division Light Fleet Div. 2. Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: 4. 5. 91 7 Emergencv Purchase cf Towing Services (G.S.A. Funding Portion) _ Is this item related to revenue? NO: x YES (If yes, skip to item #T.) Are there sufficient funds in Line Item? YES: X Index Code Minor Obj. Code Amount $ NO: _ Complete the following questions. Source of funds: Amount budgeted in the Line Item $ Amount needed in the Line Item $—. ' - Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Object/Project No. From $ To $ comments?Any additional . +. a ee - e•e �e eee Approved by: 8. &�, l�.L—.,C, ,,� Department Dire or/Desi ee Dafte I FOR DEPARTMENT OF MANAGEMENT A�YD BUDGET USE ONLY � .Verif ed by: 0 1 Verified by: Department of L),fanagement and B6 Date Budget Analyst Date CA--&7-CC:) JCA 1 tSY : tSLLXj1 r LN I -r 1-2I- 0 : 2 : 32PM :CITY OF :M 1 M I POLICE- 305 545 5016:: 2/ 3 (ATTACHMENT "A") CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM 9 Donald H. Warshaw VATE: JAN 19 200q�-0 9FI I m INC City Manager Sua;ECT: Emergency Purchase g FFFOM William E. (yBrien REFEAENCES . Towing Services Chief of Police ENCLOSURES: Description of eommoditv/ser*e needed It is necessary for the Police Department to continue the provision of towing services for Police and Fire rhspatched Towing and Wrecker Services mclteding towing of City -owned, leased and rented vehicles. EmeMag 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 firms. To avoid any lapse in service while the selection process for the new contract award is being property securc d, 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. &ECRations 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 �'� 3*1)� SENT BY: BUDGET UNIT 1-24- 0 : 2:33PIM :CITY OF MIAMI POLICE - Donald H. Warshaw Page 2 Total cost of ILu-mb ae $70,000.00 City Manager Account Code No. 001000290201.6.270 a, %444%— We L. =_ansa Interim Director Department of Management & Budget WEO:B :JLM:k Ivlw Date 11,fil 00 Date 303 343 5016:1 3! 3 4W et MOt!!at (ATTACHMENT T B") INTER_ OF,�ICE MEPOOHANDUM Q Donald H. Warshaw City Manager °�'' Dean De Jong .7 Acting Director General Services Administration oa February 15, 2000 Ememen_cyPurchase - Additional Funding To Cover G.S.A. Towing REFERENC=S Bid No. 95-96-161 ENCLOSURES: On January 19, 2000, the Police Department obtained your approval of an Emergency Purchase for the provision of towing services for the months of November 1, 1999 through March 31, 2000, at a total cost of $70,000 (see attached approval). Unfortunately, the Police Department's Emergency Purchase Request failed to include General Services Administration's funding portion for those services for the same period of time, at a total cost of $15,000. At this time we are requesting that you approve the additional funding source which was originally not included on the attached Emergency Purchase Request and is critically needed to continue providing towing services for City -owned, leased and rented vehicles. Total Cost of Purchase $15,000 ISAPPROVED: City Manager i._ N �. N G Date: FEB 18 2000 o . 0�t0 Donald H. Warshaw Page 2 of 2 Budaetary Review and Approval: Account Code: 503001.420905.6.340 Q' Date: a l S vN Luie L. Brennan, U Interim Director Department of Management & Budget DHW/RM/DDJ/il c: Raul Martinez, Assistant City Manager Judy Carter, Purchasing Department Director Lourdes Lopez, Assistant to the Director of GSA 0 1J a7 - 1 uuP) PRt;CIRE)tE\T k XT. - 515 30164 5/ 7 J-96-1158 10/30/96 RESOLUTION NO." 96 — 807 A RESOLUTION ACCEPTING THE PROPOSALS OF CERTAIN TOWING AGENCIES FOR THE FURNISHING OF CITYWIDE TOWING AND WRECKS SERVICES; L AUTHORIZING THE CITY MANAGER TO EXSCtTrE AN AGRBBMENT(S), IN A FORM ACCEPTABLE TO THE CITY ATTORNEY,- WITH EACH AGENCY TO PROVIDE SAID SERVICES IN SPECIFIC DESIGMTED ZONES, FOR AN INITIAL PERIOD OF THREE (3) YEARS, WITH THE OPTION TO RENEW FOR TWO ADDITIONAL ONE (1) YEAR PERIODS. W=REAS, touring and wrecker services are required in the City of Miami in cases of accidents, traffic hazards, scofflaws, and stolen vehicles; and KMIAS, said .services will be utilized by various departments, including the Departments of police. Fite -Rescue, and General Services Administration; and NMREAS, eleven (11) proposals were rece-ived September 19, 1996, pursuant to RFQ 95-96-1618 ("RFQ"), for the furnishing of towing/wrecker 'services and towing of City- of Miami -owned vehicles for the Departments of Police and Fire -Rescue; and WHEREAS, a Certification committee composed of personnel from the Miami Police Wrecker Detail Unit and from the Department of Off -Street Parking reviewed the proposals submitted and eleven (11) were found to be qualified to provide towing and wrecker services Citywide; and CITY COSMSION MEETING OF, OCT 3 0 W6 R..etvefon Na y 1 ")1PM PROCLRE)E`T MG.WT. - 545 50164 6/ 7 • WHERBAS, the City Manager found the following towing agencies to be eligible to provide towing and wrecker services: Banos Towing Services Corp. Blanco Touring, Inc., dba Freeway Towing Diaz Towing Service, Inc. Downtown Towing Co. d Grundon's Transport, dba Nolan's King's Wrecker Service, Inc. Midtown Towing of Miami Molina Towing, Inc. Nuway Towing Service, Inc. Southwest Transport, Inc., dba Southland Towing Ted & Stan's Towing Service, Inc.; NOW, TBEREFORE, BE IT RESOLVED BY TBE 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 incozpora►ted herein as if fully set forth in this Section. Section 2. The proposals of the following towing agencies for the furnishing of Citywide towing and wrecker services, in tete zones as designated herein, are hereby accepted: Z013e Atraved A� 1 Midtown Towing of Miami 2L Nuway Towing Service, Inc. .1 Gzundon's Transport, dba ldolan's -4 Downtown Towing Co. 5 King's Wrecker Service Inc. A Ted G Stan's Towing Service, Inc. , Z Banos Towing Services Corp. Blanco Towing, Inc., dba Freeway Towing S Southwest Transport, Inc., dba Southland Towing ,.Q Diaz Towing Service, Inc. and Molina Towing, Inc. 2 -- 9"1 StNI tT'C I I ()t N1iXMI I-29-98 : 4:02N i< PROURD E.NT X.1ff . - 343 3016:1 7/ 7 Section 3. The City Manager is hereby authorizedY to execute an agreement(e), in a form acceptable to the City Attorney, with each of the Agencies, for the zones as designated in Section 2 hereinabove, for an initial period of three (3) years, with the option to renew for two additional one (1) year periods. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 30th day of October , 1996. JOE CAROLLO. MAYOR ATTEST: WALTER J. FOffiMAN, CITY CLERIC PREPARED AND APPROVED BY: k4c I�J OLGA YREZ-SBI ASSY 'TANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECPNESS: CITY NrTo W1190:BS77 j� The herein authorization is further subject to Compliance with all requirawnts that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provioions. N� to 3 RATIFICATION OF EMERGENCY ITEM: Towing ex Wrecker Service DEPARTMENT: General Services Administration TYPE: Emergency Purchase REASON: The Emergency Purchase Request approved on January 19, 2000 for the continued provision of towing and wrecker services did not reflect the Department of General Services Administration's funding portion, in an amount not to exceed $15,000 for the period of November 1, 1999 through March 31, 2000. RECOMMENDATION: It is respectfully recommended that the City Commission, ratify, approve and confirm by a four/fifths (4/5th) affirmative vote, the City Manager's finding of an emergency, for provision of towing and wrecker services including towing of city -owned, leased and rented vehicles from 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, pursuant to RFQ No. 95-96-161, for the Department of General Services Administration, in an amount not to exceed $15,000; for the period of November 1, 1999 through March 31, 2000; allocating funds therefor from the General Services Administration, Account Code No. 503001.420905.6.340. !rector 4Quy&asing Datb AwardRatifyEmr 0-- a9ra