HomeMy WebLinkAboutR-92-0253Mt
J-92-306
4/17/92
92- 253
RESOLUTION NO.
A RESOLUTION APPROVING THE CHIEF PROCUREMENT
OFFICER'S DECISION TO REJECT THE PROTEST OF
MIDTOWN TOWING OF MIAMI, INC., IN CONNECTION
WITH REQUEST FOR PROPOSALS ("RFP")
NO. 90-91-107, TO PROVIDE TOWING AND WRECKER
SERVICES TO THE CITY OF MIAMI, AS IT HAS BEEN
DETERMINED TO BE WITHOUT MERIT.
WHEREAS, on May 23, 1991, the City of Miami advertised for
proposals to provide towing and wrecker services to be used by
the City of Miami; and
WHEREAS, on June 10, 1991, the City of Miami received
fourteen (14) responses to the RFP and, after review, determined
that several proposals, including the proposal submitted by
Midtown Towing of Miami, Inc., did not meet the minimum
qualifications in the RFP's specifications and special
conditions; and
WHEREAS, on March 19, 1992, the City of Miami received a
protest from Midtown Towing of Miami, Inc., in connection with
said RFP; and
CITY COMMISSION
MEETING OF
APR 3 0 1992
Resolution No.
92-- 253
WHEREAS, the Chief Procurement Officer, pursuant to
Section 18-56.1 of the City Code, in her role as arbiter,
investigated the matter and determined that Midtown Towing did
not meet and still does not meet the minimum requirements of the
RFP's specifications; and
WHEREAS, the Chief Procurement Officer has determined that
the protest is without merit and has rejected the protest; and
WHEREAS, the City Manager and the City Attorney concur with
and approve the finding of the Chief Procurement Officer and
recommend rejection of the protest filed by Midtown Towing of
Miami, Inc.;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble of this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The Chief Procurement Officer's decision to
reject the protest from Midtown Towing of Miami, Inc., in
connection with RFP No. 90-91-107, to furnish towing and wrecker
services to the City of Miami, is hereby approved.
s
f
_( Section 3. This Resolution shall become effective
— immediately upon its adoption.
3
E to `? 5 3
2 -
PASSED AND ADOPTED this 30th da,- of /' Aorrt?::,� 1992.
ATT T•
MAT Y HIRAI
CITY CLERK
PREPARED AND APPROVED BY:
CARMEN L. LEON /
ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
A. QW11NN JOJ4ES, III
CITY ATTO EY
CLL:ra:M2893
3 -
XAVIER Lj SUAREZ,- MAYOR
CITY OF 101AM1, FLORIDA
INTER -OFFICE MEMORANDUM
Honorable Mayor and Members
'O of the City Commission
F ROh'
Cesar H. Odi
City Manager
RECOMMENDATION
DATE APR 2 "t 19 V [.. FILE
Resolution of Protest
SUBJECT to Provide Towing and
Wrecker Services
REFERENCES
ENCLOSURES
It is respectfully recommended that
attached resolution approving the
decision to reject Midtown Towing
connection with RFP No. 90-91-107,
services to the Miami Police and
Services Departments.
BACKGROUND
the City Commission adopt the
Chief Procurement Officer's
of Miami, Inc.'s protest, in
to provide towing and wrecker
Fire, Rescue and Inspection
On June 10, 1991, fourteen (14) proposers responded to the City's
RFP on the above noted service. The Chief Procurement Officer
sent out disqualification letters to seven (7) proposers who did
not meet the requirements in the RFP's specifications. One of
these disqualified proposers, Midtown Towing of Miami, Inc.,
submitted a protest to the Chief Procurement Officer on February
25, 1992, relative to his proposal. In his protest the owner
stated that although he did not meet the requirements at the time
he submitted his proposal, the specifications allowed a thirty
day period to remedy the deficiencies that he had. The RFP
contained no provision to allow for correction of deficiencies.
Pursuant to Section 18-56.1 of the City Code, the Chief
Procurement Officer investigated the matter and determined that
the protest lacked merit because Midtown Towing of Miami, Inc.,
did not meet the minimum requirements of the RFP's specifications
at the time of proposal submittal and to date still does not meet
the minimum requirements.
Attachments:
Proposed Resolution
Copy of Protest Letter
s� CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
To Cesar H. Odio, City Manager. DATE` April 10, 1992 r,`r
A. Quinn Jones III, City Attorney
Protest on Towing and
sua'ccT Wrecker Services
RFP No. 90-91-107
FRO'. Judy S . Carte PEKE= , s
Chief Procur Officer
Department o General Services E ,aosu� s
and Solid Waste
I hereby request your approval of my rejection of the protest by
Midtown Towing of Miami, Inc., in connection with the above rioted
proposal to furnish towing and wrecker services.
The basis for my decision, as set forth in the attached letter,
is the fact that Midtown Towing of Miami, Inc., did not meet the
minimum qualifications as required in Section 5, Qualifications
of Applicants, of the Special Conditions and Specifications of
the RFP document.
APPROVED:
Cesar H. Odio, City Manager
APPROVED:
9. Quinn" nes II, City Attorney G L
I
4fti4
Roti E. \litlWd 1�
1 I..
Apr i 1 14, 1992 "- CERTIFIED MAIL
Mr. Jesse J. McCrary, Jr.
McCrary Blizzard b Mosley
2800 Biscayne. Boulevard, 8th Floor
Miami, FL '3137
(.I1,4R H. Uhlu
(lry 11,map, r
Re: Protest in connection with RFP No. 90-91-107 - Furnisihing
Vehicle Towing and tIrecker. Services -
Dear Mr. McCrary:
1, as Chief Procurement Officer of the City of Miami, have rea(1
your protest dated March
19, 1992 on
behalf of Midtown Towing
of
Miami, Inc., heard your
arguments at the meeting of March
27,
1992, reviewed pertinent
documents,
talked with employees
and
researched the issues, pursuant to
my duties under Section
18-
55.1, City of Miami Code,
Resolution
of Protest Solicitations
and
Awards.
For your information, Section 5, Qualifications of Applicants,
cited in your letter as the hasis for your protest, to wit:
A11 Towing Agencies that submit applications for
consideration shall either meet the following minimum
qualifications, or provide for each deficiency, an
affidavit stating that deficiencies shall be made up
withir 30 days of bid z,wa.r.-Ir I the minimum
qua 1i f icat ions are nn`- :ak�'c, or ai+: irl a,t 1.ts not
submitted, the applic, t.;.:/n will be rejected...
is not contained in RFP N,,. 90-91-107. The above prevision was
found in R7P No. 90-9 — fl; -;7, which was rescinded by Resolut:l.on No.
91-73 on January 24, 1991, when the City Commission rejec'ce-< all
proposals and instrutcted that a new RFP be prepared and isv:re-d.
Requirements for t:,e new RFP were approved by the Commission at
its meeting of t.}:�ril 11, 1991. In our March 27 meeting, P-Ir
Lichtman, Midtown Towing's President, admitted to having received
my January 24 letter on the rescission and the new issuance.
Section 5,
Qualifications of A plicants,
'Specifications
in the
Special
Conditions
andof RFP
No. 90-91-107, the
new RFP
issued by
the City and responded to by your client,
Midtown
Towing, states:
All Towing Agencies that submit applications for
consideration shall m
qualifications. If the
met the application will
Clearly, the above provision
cure period' a7id required that
at the time applications were
eet the following minimum
minimum qualifications are not
be rejected...
makes no reference to a 'thirty-dav
the minimum qualifications be met
submitted.
5,
DEPAR..M TENT OF GENFRAL SERVICES ADMINISTRATION AND SOLID WASTE/Procurement Man.3gement Dr. ,ion
1390 NAV 20th Stref t/Alrami, Florida 33142/(305) 575-5174/FAX: (3051 575.5180
S
VIA . U�55VIUk-L at y , Ot .
Page 2>>
April 14, 1992
Midtown Towing did not meet thesL- requirements on June 10, 1991,
when it submitted its proposal, as specifically stated in my
notice of disqualification dated March 4, 1992. As of this date,
Midtown Towing still does not meet the* qualifications. I
consider these qualifications, i.e. zoning requirements,
appropriate licenses, etc., substantive requirements which cannot
be waived as 'minor irregularities'.
Based upon the fore -going, I have determined that your protest is
without merit. The City Manager and City Attorney have approved
my decision.
During the meeting of March 27, 1992, you brought up a new
argument in support of your client's position, which had not been
cited in your protest letter, namely, that the thirty days
provided for in Section 2, Contract Term, Special Conditions &
Specifications of RFP No. 90-91-107 allowed your client a 'cure
period' for correcting any deficiencies, if awarded the towing
services contract. Contrary to your interpretation, the thirty -
day period referred to in this Section is provided to ensure a
smooth transition of towing services from the. previous
contractor (s) to those vendors selected under the new agreement
and to satisfy any other administrative requirements.
The resolution approving my decision to reject your protest shall
be placed on the Thursday, April 30, 1992, City Commission agenda
for consideration. The meeting will begin at 9:00 a.m. and will
be held in the City Commission Chambers, 3500 Pan American Drive,
Miami.
Please contact me if you have any further questions.
Sincerely,
Jud S. Carter
Chi Procuremen Officer
cc: Carmen L. Leon, Assistant City Attorney
Ron E. Williams, Administrator, GSA/SW Department
Nancy Bahn, Assistant Director
Officer Arthur Moe, Police Department
File
IN MAW:
2.800 BISCAYNE BOULEVARD
ElaHTH FLooR
MtAaa, FL 33137
'IhuPHom (305) 576-1505
FACSDAILE: (305) 576-3550
March 19, 1992
MCCRARY BLIZZARD & M OSLEY
REPLY To:
Miami
Judy S. Carter
Chief Procurement Officer
Department of General Services
Administration and Solid Waste
Procurement Management Division
1390 N.W. 20 Street
Miami, FL 33142
Re: Midtown Towing of Miami, Inc.
Dear Ms. Carter:
IN OCALA:
704 Soumwssr3Rm AVENUE
S urm 200
OCALA, FL 32670
TELEPHONE: (904) 35 ] -3444
This letter comes as a follow up to our letter of protest dated
March 18, 1992. In our letter of protest, we indicated that we
would provide you with a detailed outline of our reasons for
urotest.
In your rejection letter of March 4, 1992, you listed as reasons
for rejection the following:
1. The qualifying property, 551 N.W. 72nd Street, was not
properly zoned to store vehicles.
2. There was no proof of valid license(s) for automobile
storage.
3. No signs on the extension of the structure, i.e. visible
from the adjacent access road.
4. No payment office located at 551 N.W. 72nd Street, the
qualifying property.
We interrupt your letter to indicate that the aforementioned
conditions existed as of June 10, 1991. Assuming that some of your
observations were correct on the date you cited, these obs.erydtiQn!i
are not correct as of the date of your letter. I will treat them
in the order addressed in your letter.
Judy S. Carter
March 19, 1992
Page two
-
— Zoning of the Qualifying Property. At the time the bid response
was filed, the subject property was zoned commercial. Since that
time, the property owner, Howard Lichtman, has applied for a zoning
change/special exception (Industrial) to allow for a towing
facility. This matter was heard before the Citizens Advisory Board
and heard by the Zoning Board on March 16, 1992. The Zoning Board
recommended the requested change. This positive recommendation has
been forwarded to the City Commission and will be hard on March 26,
1992.
—_ Licensq(.q for. Automobile Storage. The property owner/bidder does
in fact have an occupational license for the premises. His current
-= license doaz not allow for outside storage but would allow for
e
s
storage inside of the structure. A physical inspection of the
premises would reveal that ample space e:-ists inside the building
in which to store vehicles. Additionally, the occupant has a
-
license to use the building as office space.
No Signs on the Extension of Structure. Throughout this process,
the occupant has been rehabilitating what was a dilapidated but
--
sound structure. The refurnishing included, but was limited to,
-- structural repairs, electrical rewiring, window replacements,
painting and rubbish removal. We have both before and after
photographs to substantiate this claim. It is clearly the intent
of the bidder to have signs in ulace should he be awarded the
contract.
No Payment Office At the Qualifying Office. During the renovation
period, t:he old offices were stripped and new, modern offices were
built providing, among other things, a comfortable waiting room for
customers or others wishing to conduct business at the location.
ucFeful—In , we have addressed all of the :natters raised in your
letter. We are protesting and requesting that Midtown Towing be
declared a responsive bidder. We firmly believe that the Division
is in violation of the provision of the bid specification, more
particularly, Section 5:
"5. QUALIFICATION OF APPLICANTS
All Towing Agencies that submit applications for
=_
- considerat_on shall either meet the following minimum
qualifications, or provide for each deficiency, an
affidavit stating that deficiencies shall be made up
-- within 30 days of bid award. If the minimum.
oualifications are not met, or affidavits not submitted,
=-
the application will be rejected."
,raRee�r�
Judy S. Carter
March 19, 1992
Page three
This section clearly indicates that if one is the successful
bidder, a period of thirty (30) days is allowed to correct such
deficiencies. =-
Based on all of the foregoing, we are requesting a meeting with =
you, the city attorney and any other appropriate official to
present our evidence in mitigation of your determination. Please
let us hear from you at your earliest convenience.
Very sincerely,
McCRARYWBD & MOSLEY
ByJ� ssary,�.Zr., E
cc. Howard Lichtman
FOA
ti
t .
RON E. MLLIAMS
AdmmmiJl Or
March 4, 1992
Mr. Howard Lichtman, President
Midtown Towing of Miami, Inc.
261 N.W. 79th Street
Miami, FL 33150
Dear Mr. Lichtman:
USAR 11 t/111U
This letter serves to advise you that your firm's application foi-
towing services, RFP #90-91-107 has been rejected for failure to
meet the following minimum qualifications as stipulated in SPECIAI,
CONDITIONS AND SPECIFICATIONS, Section 5, QUALIFICATIONS OF
APPLICANTS and SECTIONS VII and XI of the Sample Towing Agreement
which contain the following specifications for the provision of
towing services:
All Towing Agencies that submit applications for
consideration shall be fully licensed to perform the work
described herein.
STORAGE AREAS
Storage facilities and qualifying offices shall be within
the confines of the same property.
All Towing Agency's storage areas must conform to City of
Miami Zoning requirements existing now and in the future.
LICENSES, PERMITS, ETC.
Towing agencies must comply with the City of Miami Code
Chapter 42, Article V. Towing of Motor Vehicles; possess
a valid current license for City pursuant to said article
and any other permits or licenses which may be required
to do business in City. Towing agency must also possess
all the licenses, permits, etc., necessary from
Metropolitan Dade County to operate' said Towing Agency.
When applications/proposals were received on June 10, 1991,
Midtown Towing of Miami, Inc., which lists its qualifying property
as 551 N.W. 72nd Street, was not properly zoned to store vehicles.
Your firm's proposal also reveals no proof of valid license(s) for
automobile storage.
These special conditions, specifications, and sample towing
agreement also contain further specifications for the provisions
of towing services which have not been met as follows:
92-- 253
DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID "'ASTE/Ptonrrement Management Divki,m
1390 N.W. 20hh Stn•j-t/Mi.mli. Ilulitla 33142/(305) 575.5174JAX: (305) S75.5180
J
Mr. llowarr+ Lichtma» Page 2 of 2 March 4, 1992
Towing agency premises must he properly identified by
signs on the extension of. the structure i.e. visible from
the adjacent access road.
STORAGE AREAS
Towing Agency storage areas must display identifying
signs clearly visible from the street in conformance with
zoning regulations...
Midtown Towing of Miami, Inc. qualifying property is not properly
identified by signs on the exterior of the structure.
Finally, Midtown Towing of Miami, Inc. lists its payment office
as 551 N.W. 72nd Street. Our investigation shows there is no
payment office located at this address.
Thank you for your interest in supplying services to the City of
Miami.
r
Sincerely yours,
d S. e
C ' Procurem t Off cer
cc: Ron E. Williams, Administrator
Humberto Hernandez, Assistant City Attorney
Officer Arthur Moe, Police Department
RFP File
bcc: Nancy Bahn, Assistant Director, GSA/SW
ti