Meetings
 
City of North Miami Beach
17011 NE 19 Avenue
North Miami Beach, FL 33162
305-947-7581
www.citynmb.com


MEMORANDUM

 
Print
TO: Mayor and City Commission
FROM: Esmond K. Scott, City Manager
VIA:

Judeen Johnson, Interim Public Works Director

Pedro Dominguez, Fleet Manager

Donna Rockfeld, Chief Procurement Officer

DATE: Tuesday, June 18, 2019
RE: Resolution R2019-51 Pre-Qualification List - Body Work, Collision Damage Repair and Painting (Judeen Johnson, Director of Public Works)
BACKGROUND ANALYSIS:

In an effort to provide excellent municipal services, in a beautiful, safe place to live, consistent with our Strategic Plan, the City issued RFQ-18-042-JL Body Work, Collision Damage Repair and Painting to pre-qualify vendors through their submission of documents which verify the bidder meets or exceeds minimum requirements.  On February 8, 2019, electronic notification were sent to over 2,129 vendors and advertised on the City's website, in accordance with Florida Statutes and the City of North Miami Beach’s City Code.

 

The City’s Fleet Management Division oversees and manages the maintenance and repair programs of various fleet vehicles, including police vehicles. There are occasions when the City must operationally contract out for certain service classifications to be performed by qualified outside vendors, including automobile, truck and equipment body work, collision damage repair and painting. Our vehicles are a symbol of the City.

 

The Procurement Management Division, in conjunction with the Fleet Management Division of the Public Works Department prepared specifications and requirements to become pre-qualify vendors who meet or exceed the minimum requirements as established in the request for qualifications solicitation.

 

On March 7, 2019, the City received and opened the submission of responses from four (4) proposers: DJ Auto Collision Center, Inc., Masters Paint & Body Shop, Inc., National Collision & Truck Center, Inc. and World Motor Corporation.  The Procurement Management Division conducted an administrative review of the submissions and deemed three vendors responsive and one non-responsive. World Motor Corporation did not meet the minimum license requirements.

 

The City Manager established an Evaluation Committee comprised of Mr. Pedro Dominguez, Fleet Manager, Sgt. Lino Diaz, Police, and Ms. Jill Lin, Purchasing Agent.  Through several publicly noticed meetings, the committee meet and conducted their evaluation. Additionally, the committee made site inspections of the vendor's facilities and have found the facilities to be fully equipped to perform the work and confirmed that the recommended respondents meet with requirements for pre-qualification.

 

The award pre-qualified vendors will be eligible to provide spot market quotations on an as needed basis for body work, collision damage repair, and painting services. When a need for services is identified, pre-qualified bidders shall receive notification for a quotation, review the written scope of work regarding the work to be accomplished, inspect the vehicle to be worked on, and offer an itemized price based on their labor rate and the materials to be provided. Awards for work assignments will generally be made to the lowest responsive, responsible bidder. The award to one vendor for a specific work assignment does not preclude the remaining pre-qualified vendors from submitting quotations for future services.

 

The term of the agreement is for an initial three (3) year period with the right to renew for two (2) additional one year periods, subject to vendor's acceptance, satisfactory performance and determination that the renewal will be in the best interest of the City.

 

Section 3-3.14 of the City’s Code of Ordinances provides that contracts in excess of fifty thousand dollars ($50,000.00) shall be awarded by the City Commission.


RECOMMENDATION:

The City Manager, Interim Director of Public Works, Fleet Manager and Chief Procurement Officer recommend that the Mayor and City Commission approve the bidders listed below, including Lehman Hyundai Subaru who was previously pre-qualified under a prior pre-qualification awarded under the City Manager's threshold:

 

1.   DJ Auto Collision Center, Inc.

2.   Masters Paint and Body Shop, Inc.

3.   National Collision & Truck Center, Inc.

4.   Lehman Hyundai Subaru (previously pre-qualified)


FISCAL/BUDGETARY IMPACT: Funding in the amount of $80,000 is provided in fiscal year 2018-19 Account Number 030310-513302 and will be budgeted in subsequent fiscal years.
 
ATTACHMENTS:
R2019-51 Auto Body Collision Painting (Repair & Painting)
RFQ 19-042-JL Body Work, Collision Damage Repair and Painting
City Manager Recommendation