HomeMy WebLinkAboutSummary FormAGENDA ITEM SUMMARY FORM
FILE ID: 06,000Li8
Date: 12/21/2005 Requesting Department: Police
Commission Meeting Date: 1/26/2005 District Impacted: ALL
Type: ® Resolution ❑ Ordinance D Emergency Ordinance ❑ Discussion Item
D Other
Subject: Authorizing Award of Contracts for Towing and Wrecker Services
Purpose of Item:
It is respectfully recommended that the City Commission accept the recommendation of the City Manager
approving the findings of the evaluation committee pursuant to Request for Qualification No.0 4 r-0 5-05 qz.that
the firms most qualified to provide towing services for the Departments of Police and General Services
Administration are: Banos Towing Services Corp., Blanco Towing Inc. d/b/a Freeway Towing, Diaz Towing
Co., Downtown Towing Inc., Midtown Towing of Miami Inc., Molina Towing Inc., Nu -Way Towing Service
Inc., and Ted & Stans Towing Service Inc., authorizing the City Manager to execute contracts, in substantially
the attached foltnwith said firms; allocating funding from the General Services Administration FY'06 Operating
Budget, Account Code No. 503001.420905.6.340, in an annual amount not to exceed $82,000 and from the
Police FY' 06 Operating Budget, Account Code No. 001000.290201.6.270, in an annual amount not to exceed
$100,000 with future year funding subject to budgetary approval. only.
Background Information:
SEE ATTACHMENT
Budget Impact Analysis
NO Is this item related to revenue?
YES Is this item an expenditure? If so, please identify funding source below.
General Account No: 001000.290201.6.270 (MPD)1503001.420905.6.340 (GSA)
Special Revenue Account No:
CIP Project No:
NO Is this item funded by Homeland Defense/Neighborhood Improvement Bonds?
Start Up Capital Cost:
Maintenance Cost:
Total Fiscal Impact:
Final Approvals
(SIClIl AND DATE)
CIP Budget
If using or receiving capital funds
Grants all/
Risk Management
Purchasing tlelia_ s ` Dept. Director
Chief I E 2 3 20a4ty Manager
2
AauP 1 nf?
AGENDA SUMMARY FORM ATTACHMENT
Subject: Towing Services pursuant to RFQ 04-05-054R, and authorizing the execution of agreements
Background Information:
The Miami Police Department, in conjunction with the Purchasing Department, coordinated the
development of a Request for Qualifications (RFQ) and a Draft Professional Agreement. The RFQ set
forth the City's towing and wrecker service requirements on a City-wide basis, along with the terms and
conditions under which a firm would be permitted to provide these services to the Departments of Police
and General Services Administration. This RFQ sought the services of qualified, experienced, and
licensed Towing Agencies to provide Police and Fire Dispatched Towing and Wrecker Services for the
provision of Towing Services of private vehicles within the City's corporate limits, and City -owned,
leased, or rented vehicles on an as needed, when needed. Towing Firms must provide both services.
The RFQ was issued, and Proposals were received from eleven (11) towing firms. A Qualification
Committee, comprised of staff from the Police Traffic Unit, General Services Administration and
Purchasing Department, reviewed the responses to ensure that they met each of the minimum qualification
requirements. Three (3) firms were deemed non -responsive as they failed to meet a requirement(s) of the
RFQ: Two (2) firms (Kings and Absolute/Westbrook) were/are in arrears to the City for monies owed to
the City for previous towing services, and as a result, were deemed non -responsive per the requirement of
the RFQ; and the other (Heartbeat) did not meet the minimum equipment requirements and failed the site
inspection. As a result, eight (8) towing firms were deemed responsive and responsible.
The RFQ designated Zones within the City for which each towing firm could apply to provide services.
The Qualified Towing Firms, and their designated Zones at this time, are as follows.
Zones Qualified Firms
1- Midtown Towing of Miami Inc.
Nu -Way Towing Service Inc.
2- Diaz Towing Inc.
Downtown Towing Co.
3- Molina Towing Inc.
4- Blanco Towing Inc. d/b/aFreeway Towing
Banos Towing Services Corp.
5-
Ted & Stans Towing Service Inc.
The City reserves the right at any time during the term of the Contract and at its sole discretion, to allow
the addition of other qualified towing firms to be added to the Contract to meet the needs of the City.
Further, and in accordance with the RFQ, one of the most equitable features of the towing contract 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.
Page 2 of 2