Loading...
HomeMy WebLinkAboutReport of Evaluation CommitteeCJT'M or M1AM;f, FLORIDA INTLR O)'1J ].EMOK NOVM TO .i aniel J. Alfonso, DATE: August $, 201e. MU: City Manager. FROM: Annie Perms, CPPO.'Dlrecter Proourement ' •SUBJECT1 Re.port of Review Tearn for RPQ:e.12 2, CitywideTovrincg Services 1'EPER1 NCE , RPCM128.82 EN LOSURES: The Pro aremr n't Department. •(Procurement), .an behalf of the Citys Police Department (Police.) Issued Request f r 'Qualifications (RP 1) to :obtain proposals from qualified towing agencies, to provide citywide towing services, lalght.(8) proposals wer.© received. The Review Team .(Teari'r) MA on August 4, 2016, and .has completed tho evaluation of .proposals. submitted In response to the solicitation, fallowing the guidelines published in the RFQ. Ths seiiditation dyad rn'lnlmurn quallflbation and equipment requirements• w1 h were reviewed by the •Chairperron trnd the Teem, The Tarn •araa considered Proposes • xperlenbe, qut 'ioations.snd .past performance In providing the type of services, All Proposer:. metthe requirements, 8 rmiaary of kevtow, Proposore .could propose on one. (1). Zone,: multiple ernes or all five :(d) Zones'. Proposers wore required to renik the Zones proposed on, In the order of preferenoo, The preliminary review findings areas foilowe; TOWirig 1g;eney Tr'o oaed Annie rl ft ue Amount b .Zons Zone 1 Zone 2 "Zone 3 Zoine 4 Zone meri.can Towing., lno, WON $36,000: DNP ,t NP. iliii0,,kii nos Towing Services Corp. ;IDNP DNP . DNP 36)081 NO . Downtown rowing Company $.e,,,000 OTO 2ir,,OOO $26,0'00 ,.., . $20,0 4 'King's Wrecker §envies, Ino, .DNP Swim() ~'4'O, OO .$38,000. DNP MidtovQn Towirt ot'.Miaml, rho. $411,000 $41,600. DNP M.P. D P NuAgayT wing Servlee,,Ina, :026,,100 835,100' • $$5 1'00 ,•; 3t,600 6: 8J•1&ra Roadway, Ina, f7Nfi''' ID IP $2u.,000 19NP _ ,' ,Oat ,•Ted& 8:tan,q"owirig $er4.loa, i:rrp, ,_ '20,000 $ b,000 $•20,0OO 820,000 •320,0nc DNP Proposarrlid not prapnra n nramil r everrup Ir oot for the Zona, The Team considered the Zones assignment guidelines in the. solicitation. In the first round' of .Zone assignment, all Pro.posere who elected a ,partI•oular Zone as their first choice of preference, wire aonsidernd for assignment of that Zone, The reeponSlve and responsible Proposer wit the highest Annual Revenue Amount for the applicable 2ont , is being recommended for assignment or that Zane, At the •ernd of round :one, ail five :0) Zones were assigned to the five (6') responsive and responsible Propossre Who proposed the highest Annual 'Revenue Amount for the Zone they Identified es their first,choiae, acnsequently, the remaining three (3)-towing agencies, not assigned .a Zone, 1) Nu -Way Towing Servico, Inc.; 2) Roadway, irfc,; artd 8) Ted & .Ctan's Towing Service, inc;, will be pieced .on .a waiting Ilst, In the order listed above, After contract award, shoulci s Zon'e become available for any reason .(e,g,, a towing agency Is suspended. cr terminated), Procurement vlll review the capacity of the qualified Proposers in order to assign the available.Zone.(s) Zone Assignment: Lipon review cif tho Annual Rsv1ew. Amounts, the Team. recornmertds tire' following Proposers be considered for Zone assignments es follows: Proposer Zons.Assigned Proposed Anrnua:l Revenue Midtown i ovMng of Miam1., Inc, Zone 1 41,600 Downtown. towloom ar b Zone 2 j•6-,0O.0 N r s wr"eolcer ervloe, inc.. Zone 3 ;46,130D nee. Towing Service corn. Zane 4 $4t 0t0 . _ ArnerrearmTowing,, in , • Zone 5 ...$40,240 . Negotiations; The "'cam 1Urther reoarrrnherhds that the .GIty .enter into negotiations with the five responsive end responsible Proposers, who GObmftted'fihe highest Annuai Revenue Amount, for the Zone identified as their flret choice. The recommended' towing agencies will be offered a Professional Services Agrserrerlt for signature, In a000rdanQe with the method of sward specified In the solicitation, WotwiIhetandirij the foregoing., the Team also recorrrmends 4hat the City end any of the above fisted Proposers cannot reaoh en agreement, the City will begin rresgcitiaticns with the remaining Proposers .on the writing list, until all Zones have been successfully assigned, .Once agreements have .been reached, Procurement will submit an award recommendatf'on, for Olty Commission approval, to. executor contracts. accordingly, Th.e.foflawfng Individuals will •participate in the. negotiations: Lydia Osborne, Assistant DIrootor, Procurement 'George i< Wysong, Assiatant.Git.Attarrhay Sergeant Dell Amlo , Polito Sergeant 0onsensrra -Statomsnt 'The `teem determined that the five recommended responsive and responsible proposers: I) Midtown Towing of Miami, Inc.; 2), Downtown Towing Company; S) ring's Wrecker ServIve, 1nc,; 4) Banes Towing Service Corp,, .and &) Arnerfoarr Towing, Inv., all have a)' the necessary .qualirloations, equipment, •and personnel to. provide the 'towing services to meet the• needs of theCity; b) vast relevant experience and past .pefrermanoe in providing duality towing service; and c.) teohnical approach and financial crapadity. A.pre-award site Inepeotlo.n end or a responsibility review meeting will be conducted prior to ward to ensure that the Propo•soT'S are oapeble of performing the services at time of award. Oopfes of the revl.ew sheets aro atteohed for, as well is the Zone assignment sheet. Approved; ,-x.. Rate; Oarrl.ei J, sa ity Manager oc; P'ernariclo Cosarrreyor, A.Ietant C1ty Manager/Chief Financial Officer Rodelfo•Lianes, Chief of Police Lydia Osborne, CPPO, Assistant Director, Procurement "George 1 lysong, Senior Assistant City Attorney Pablo J. Velez, Assistant Oily Attorney Pik It23i; 2 =ViFiTE RFO 612 2 cITYWEDETOMIING SERVIICES EVALUATION OF PROPOSALS . ASSIGNMENT OF ZO1F$ .ANNUALELEvIaiLM a t `r irrag liliartd Downtown ToWing F ugs €c ce: Sew i .. l ossTr iigSeruit . Aineric4n Tbgeez ce ZONE ASSIGNED Ze,13e 'i Zone 2 ?s 3 Zonz 4 Zie i.IsIi PA€.. REVENUE PROP EU 13i? LI-00 S2-SOnfialP $4g, aga.00 rDAS .[3 S4PAPITA0 SIGATURa PONT 51/7,4 - slit /I 6