Loading...
HomeMy Public PortalAbout12-8386 Accept the Contract for LuLu' Carwash Services Sponsored by: Vice Mayor Johnson Resolution No. 12-8386 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA TO AUTHORIZE THE CITY MANAGER TO ACCEPT AND ENTER INTO A CONTRACT WITH LULU'S CARWASH, LLC FOR CITYWIDE CARWASH SERVICES; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS,the City of Opa-locka desires to enter into a contract for citywide car services; and WHEREAS, the City of Opa-locka desires to utilize the term of an existing contract that the City of Miami Gardens has with LULU's Carwash Service, LLC; and WHEREAS, the City of Opa-locka will save a substantial amount of money per vehicle; and WHEREAS,the City Commission of the City of Opa-locks desires to authorize the City Manager to utilize the services of this vendor, and piggyback off an existing contract the vendor has with Miami Gardens for carwash services. NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA: Section 1. The recitals to the preamble hereby incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby approves and authorizes the City Manager to piggyback onto an existing contract between LULU'S Carwash,LLC and the City of Miami Gardens,in order to enter into a contract for the vendor to provide the City of Opa- Resolution No. 12-8386 locka with citywide carwash services. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED THIS 11th DAY OF April, 2012. 69AL, M A TAYLOR MAYOR Attest to: Approved as t r fe !and let al sif.. i I . , 6 `. . ,r,AA_. lA a oanna Flores Ji ;, I `. : e terim City Clerk "et t •rney Moved by: VICE MAYOR JOHNSON Seconded by: MILLER Commission Vote: 4-1 Commissioner Holmes: NO Commissioner Miller: YES Commissioner Tydus: YES Vice-Mayor Johnson: YES Mayor Taylor: YES 0 Op.I.00k4 v IO.w O m a ,ary OApOftal E0 City of Opa-Locka Agenda Cover Memo Commission Meeting April 11,2012 Item Type: Resolution Ordinance Other Date: X (EnterXin box) Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading (EnterXin box) Yes No (EnterXin box) X Public Hearing: Yes No Yes No (EnterXin box) X X Funding Source: Police-36-521340 Advertising Yes No (Enter Acct No.) Parks&Rec-72-572340 Requirement: X Public Works/Other (EnterXin box) Depts-49-541520 Contract/P.O.Required: Yes No RFP/RFQ/Bid#: (EnterX in box) X N/A Strategic Plan Related Yes No Strategic Plan Priority Strategic Plan Obj./Strategy: (list (Enter X in box) Area: the specific objective/strategy this item will address) Enhance Organizational 0 Bus.&Economic Dev 0 Public Safety El Quality of Education El Qual.of Life&City Image 0 Communcation 0 Sponsor Name Department: CITY MANAGER Short Title: RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FL AUTHORIZING THE CITY MANAGER TO ACCEPT AND ENTER INTO A CONTRACT WITH LULU'S CARWASH LLC FOR CITYWIDE CARWASH SERVICES. Staff Summary: Staff recommends Piggybacking on an existing contract that the City of Miami Gardens has with LULU's Carwash. LULU's Carwash is an automatic carwash service where City vehicles from cars to 15 passenger van will be washed via a 3 minute ride-thru exterior carwash, waxed, polished, double band bond with Teflon, vision clear for the windshield, Rain X for wheels, wheel cleaner, tire shine and automated power dried. Free vacuum & mat cleaner. Proposed Action: Staff recommends approval. 0 0 AGENDA ITEM REQUEST; FLEET PROPOSAL; CONTRACT FROM MIAMI GARDENS, Resolution 11-8188 e ,..LQC44 Aca ciglac gaed JI�' G4,11'f Fti*. Memorandum TO: Mayor Myra L. Taylor Vice-Mayor Dorothy Johnson Commissioner Timothy Holmes Commissioner Gail E. Miller Commissioner Rose Tydus FROM: Bryan Fin ity Manager DATE: April 5, 2012 RE: Approval to Piggyback on existing Contract for Carwash Services Request: RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FL AUTHORIZING THE CITY MANAGER TO ACCEPT AND ENTER INTO A CONTRACT WITH LULU'S CARWASH LLC FOR CITYWIDE CARWASH SERVICES. Description: Staff recommends Piggybacking on an existing contract that the City of Miami Gardens has with LULU's Carwash. LULU's Carwash is an automatic carwash service where City vehicles from cars to 15 passenger van will be washed via a 3 minute ride-thru exterior carwash, waxed, polished, double band bond with Teflon, vision clear for the windshield, Rain X for wheels, wheel cleaner, tire shine and automated power dried. Free vacuum & mat cleaner. Financial Impact: With the current vendor we pay $15.00 for cars, $20.00 for trucks, $30.00 for large trucks, $40.00 for 15 passenger vans, and $135.00 for F350 bus (Senior's bus). With LULU's Carwash we will pay $7.00 for vehicles from cars to 15 passenger vans. Price for F350 bus (Senior's bus) will be $30.00. Account Number: Police Department—36-521340 — Other Contracted Services Parks & Recreation —72-572340 —Other Contracted Services Public Works/Other Departments —49-541520—Operating Expenses Implementation Timeline: Upon execution of the Contract. Legislative History: Resolution 11-8188—Authorization to issue RFP for car washing services. Recommendation(s): Staff recommends approval. Analysis: N/A. Attachments: Proposal from LULU's Carwash Copy of Blanket Purchase Order from Miami Gardens to LULU's Carwash PREPARED BY: Faye Douglas, Budget Administrator Sponsored by: City Manager Resolution No. A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA TO AUTHORIZE THE CITY MANAGER TO ACCEPT AND ENTER INTO A CONTRACT WITH LULU'S CARWASH, LLC FOR CITYWIDE CARWASH SERVICES; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS,the City of Opa-locka desires to enter into a contract for citywide car services; and WHEREAS,the City of Opa-locka desires to utilize the term of an existing contract that the City of Miami Gardens has with LULU's Carwash Service,LLC;and WHEREAS, the City of Opa-locks will save a substantial amount of money per vehicle; and WHEREAS,the City Commission of the City of Opa-locka desires to authorize the City Manager to utilize the services of this vendor, and piggyback off an existing contract the vendor has with Miami Gardens for carwash services. NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA: Section 1, The recitals to the preamble hereby incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby approves and authorizes the City Manager to piggyback onto an existing contract between LULU'S Carwash,LLC and the City of Miami Gardens, in order to enter into a contract for the vendor to provide the City of Opa- Resolution No Section 3, This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED THIS DAY OF ,2011. MYRA TAYLOR MAYOR Attest to: Approved as to form =..d legal sufticie Deborah S. Irby 1(4 ¶'.h S. Geller City Clerk Ci- Attorney Moved by: Seconded by: Commission Vote: Commissioner Holmes: Commissioner Miller: Commissioner Tydus: Vice-Mayor Johnson: Mayor Taylor. 6137636 rt • at- . Lulu's Carwash LLC 17551 NW 27`x'Ave Miami Gardens, Fl 33056 305-621-4555 Office 305-319-19819 Cell www.luluscarwash.com Fleet Proposal for the City of Opalocka Lulu's Best Deal (Corporate Rate$6) includes: Ride-Thru,3 minute, Exterior Carwash,Wax, Polish, Double Bond with Teflon,Vision Clear for the windshield, Rain X for Wheels, Wheel Cleaner,Tire Shine and Automated Power Dry. Free Vacuum & Mat Cleaners. Dodge Stratus Dodge Chargers-Police Cars Ford Taurus Ford F150 Dodge Ranger Ford Escapes 15 passenger vans Lulu's Best Deal with express detail (Corporate rate $16) includes: Lulu's Best Deal,wipe down of dashboard,window cleaning, door jams, center console and air freshener. Dodge Stratus Dodge Chargers-Police Cars Ford Taurus Ford F150 Dodge Ranger Ford Escapes $40 Total for any of the above vehicles to have the interior shampooed. F350 Bus $30-Exterior wash only. - -$60—Exterior/Interior wash. - $85-Exterior/Interior Shampoo 15 Passenger Vans $6-Exterior wash only. - -$40—Exterior/Interior wash - -$65- Exterior/Interior Shampoo Rose NtcKat From: Lourdes Wydra[tuluscarwash @aol.com] Sent: Thursday, June 02, 2011 3:54 PM To: Rose McKay Cc: 'Lourdes Wydrar Subject: Lulu's Carwash LLC Attachments: Copy of Tabulation 1TB#09-10-043 Fleet Vehicle Carwash Services,xlsx; City of Miami Gardens Purchase Order 11-2010.pdf Dear Mrs.McKay: Attached is the contract with the City of Miami Gardens. Please note that for$6 the vehicles receive: Wax, Polish, Rain X on the whole vehicle, Rain X on the wheels to prevent brake dust build up on the rims and wheels, Wheel Cleaner,Tire Shine, Undercarraige rinse and Rust Inhibitor, UV Coat sealant,Teflon Double Bond and Spot Free Rinse. Free Vacuums and Free Mat Cleaners. We are licensed,insured and eco-friendly. Interior Detailing is also available, please see attached tabulation for more information. Please let me know if you have any further questions. Best Regards, Lourdes Wydra (AKA Lulu) 17551 NW 27rn Ave Miami Gardens, Fl 33056 Off: 305-621-4555 Cell: 305-319-1819 www.luluscarwash.com z clo v t \ ci cn ^a a eivl 322 .?CA ct cn .cl �G'o4<' w w w w w w w w w w CLO Lo SsS/ 0 0 0 0 0 0 0 0 0 0 O L. O O O O o O O O O o -� t e-I ,-I O o O Lt to o O O ="' C N N N N N N �' N N c in. crs o C Pte'/$) /1'0 w w w W w w w w w w v o • o, s�/) 0 0 0 00 0 0o O 000 0 � q v1- v). VT v). cn yr v)- v} tn. v> 0 iiG)v t N L L aJ �Y �H H d U U /e. r,,,.,,, ti, it .. N c-I to 0 ri Vf m m J t �9^ LL C }i LL C E L E L O j y = CD = CD N cu 1 ,, 444 - rli„-' ‘v 0 L > W L > Y U GA - U DI) L L L L U C U C �+ +r 7 N c 7 CU U �►._Tyr CO CO O i. CO v Tv O 'c v O a - l� L O d = O a (c L Q L _C U 0 - U O I_ •c 0 0 t9 C 0 O To M To M N 4' fG N +' cc C d CU 0 0 O 0 G L an O a L to O v, C ,n Q C cn e4 rG •T o r ss .O O ii 011' V) 0 w 2 en ui w = O Liz E-■ Page 1 ! 1 (r'-f �` `� CITY OF MIAMI GARDENS - • y'+ 1515 NW 1671h Street, #200 OAS PO NUMBER n • y J J Miami Gardens, FL 33169 11/4/2010 11-00180 VENDOR: 003253 SHIP TO: CITY HALL LULU'S CAR WASH CITY OF MIAMI GARDENS 17551 NW 27TH AVENUE 1515 NW 167TH ST.BLDG 5-200 MIAMI GARDENS, FL 33056 MIAMI GARDENS, FL 33169 Contact: HOLLIS,CARLO Vendor Phone: (305)319-1819 Contact Phone: (305)622-8000 Vendor Fax: Terms: Net 30 Days E-mall: luluscarWash @aOLCOm FOB: Destination Special Mat: Contract #: Quantity Unit Description Unit Price Ext.Price BLANKET PURCHASE ORDER Prices in accordance with Contract# 17,000.00 09-10-043. Ride thru car washes @$6.00 per vehicle(Compact thru F150 Trucks& Passenger Vans)for City Vehicles only. No more than 1 wash per week.Special Interior/Exterior Carwash Services @ $16.00(Compact thru F150 Trucks)and $40.00 Passenger vans. Hand wash- Dual rear wheel @$6.00 ea., Mobile Command Center @$120.00 and El Dorado Bus @$30.00. Interior Detail-Dual rear Wheel trucks @$10.00 ea.,Mobile Command Center @$10.00,El Dorado Bus @$30.00 Detail appointments are scheduled and require approval from Fleet Department. Only authorized City Staff may operate City vehicles BILL TO:Accounts Payable SUBTOTAL 17,000.00 City of Miami Gardens TAX 0.00 1515 NW 167th Street,#200 FREIGHT 0.00 Miami Gardens, FL 33169 TOTAL 17,000.00 Procurement Manager ($tO,660 or over)City Manager SEE RESERVE SIDE FOR TERMS AND CONDITIONS VENDOR COPY • ewe BY ACCEPTING THIS t .JER,VENDOR AGREES TO THE FOLLOWING TERMS rt1D CONDITIONS ACCEPTANCE OF PURCAHSE ORDER:A Purchase Order Is given for immediate acceptance by the VENDOR.Unless promptly notified to the contrary,the CITY will assume the VENDOR accepts She order as written and will make delivery as specified on the document. • 2. ENTIRE AGREEMENT:At specifications,drawings,and data submitted to the VENDOR with this order or the solicitation for this order are hereby incorporated herein and made a part hereof Tits contract contains the entire agreement of the parties.No change in quantities,prices,specifications,terms,or shipping inabuctons will be allowed except on written authority of the CITY of heard Gardens Procurement Department.Any additional or different terms and conditions proposed by VENDOR we objected to and hereby rejected urdess specifically agreed to in willing by the CITY. 3, INDEMNIFICATION:The VENDOR hereby agrees to Indemnify,save,and hold harmless the CITY harmless from all claims,demands,liabilities.and suds of any nature whatsoever arising out of,because of,or due to the breech of the Agreement by the VENDOR,its agents or employees,or due to any ad or occurrence of omission or commission of the VENDOR.its agents or employees It Is specifically understood and agreed that this Indemnification agreement does not cover or Indemnify the CiTY for its over negligence or breach of contract. 4. MODIFICATION:The CITY may by written Order.make changes In the specifications N such changes are within the general scope of the Centred if such changes cause an increase or decrease in the VENDOR's mats or In time required for performance of the Cordrad:(a)the VENDOR shall promptly notify the CITY and assert its claim for mfr stnent and an equitable adjustment shall be made by the CITY and the Contract modified accordingly.Nothing in this clause shall excuse the VENDOR from perfomdng herein. 5. DEFAULT.Time is of the essence In this contact and If delivery of acceptable terms or rendering services Is not conpietedd by the lime promised or provided herein,the CITY reserves the right without fiabilty,In addition to Its other rights and remedies,to laminate this contract by notice effective when delivered to the VENDOR;as to stated items not yet shipped or services not yet rendered, and to purchase substitute Items or services elsewhere end charge the VENDOR with any and all losses incurred. e. TRANSPORTATION CHARGES:Transportation expenses for all shipments shell be prepaid to deserotion.Shipments serf COD or freight collect without the CRY's written consent will not be accepted and will,at VENDOR'S risk and expense be returned lo VENDOR.No charges will be allowed by the CITY for transportation.packaging.cartage or containers unless otherwise authorized in the Purchase Order. 7. UNAVOIDABLE DELAY:if the VENDOR Is delayed in the delivery of goods purchased under the Purchase Order by a cause beyond its control which constitute acts of God,VENDOR must immediately upon receiving knowledge of such delay,give written notice to the CITY and request an extension of time.The CITY shall ex®Mne the request and determine If the VENDOR Is entitled to an extension. 8. QUANTITY:Quantifies furnished In excess 01 those specified in the Purchase Order will net be accepted and will be held at VENDOR's risk and expense. 9. INSPECTION:Materials or equipment purchased are subject to Inspection end approval at the CITY's destination.The CITY reserves the right to reject and refuse acceptance of Items which are not In accordance with the instructions,specifications,drawings,of data of VENDOR's warranty(expressed or Implied)or in conformance with this Agreement Rejected meteriat or equipment shall be removed by,or the expense of,the VENDOR promptly alter rejection. 10. WARRANTY:The VENDOR warrants the all goods and services furnished hereunder will conform in all respects lo the terms of this order,including any drawings,specifications,or standards incorporated herein,and get they will be free from latent and patent defects In materials,workms slip and title,and will be free from such defects in design.in addition,VENDOR eremites that said goods and services are suitable for,and will perform in accordance with,the purpose for which they are purchased,fabricated.manufactured and designed or for such other purposes as are expressly specified In this order.Al work and services provided shall be done In a workman like maser.The CITY may return any noncordome g or defective Items to the VENDOR or require correction or replacement of the Tens at the time the defect Is discovered,all at es VENDOR'S risk and expense.Acceptance shell not relieve the VENDOR of its responsibility. 11. REGULATORY COMPLIANCE:VENDOR represents end warrants that the goods or services furry hereunder(including all labels,packages,and containers for sold goods)comply with all applicable lows,rules,regulations,ordinances,codes,standards,rules and regulations in effect under the requirements of Federal.Slate and local laws,induce%the Occupational Safety and Health Act as amended,with respect to design,construction,meniiadwe or use for their intended purpose of said goods or services.VENDOR shall furnish"Material Safety Data Sheets'In compliance with the Florida Right To Know Law,Florida Statues.Chapter 442.01.eI.,seq 12. ROYALTIES AND PATENTS:VENDOR shat pay all royalties and license fees.VENDOR shall defend at suits or dolma for infringement of any patent,copyright or trademark rights and Mae save the CITY harmless from loss on account thereof. 13. PAYMENT:Payments will be made in accordance with the tarns on the face Of this order,or the VENDOR's invoice,whichever are moo favorable to the CITY as determined by the CITY end payment date therefore shall be calculated from the receipt of invoice or final acceptance of the goods,whichever is later. 14. IDENTIFICATION:Invoices In duplicate with prices set out and giving the correct Purchase Order Number must be sent to the address shown on the face of this order,otherwise payment of VENDOR's account may be delayed.The Purchase Order Number shall appear on all Invoices,boxes,packages,shipping documents and corespondence.and the tine of contents shell be enclosed in each box or package. 15. TERMINATION:CRY may,at any time,terminate this order In whole or In pan by written or telegraphic notice confirmed In swathe.Upon termination for convenience by CITY,the CITY will assume responsibility for specific contrachml or scheduled financial=tune:nanta made prior to notice of temnintlon.Any and all services,properly.Publications,Or materials provided during or resulting from the Contract shall become the property of the Buyer.t,however,termination Is occasiored by the VENDOR's breach of any condition hereof,including breach warranty,or by VENDOR's delay,except due to drarnstamces beyond the VENDOR'S coned and without VENDOR's fault or negligence.VENDOR shall not be entitled to any claim Of costs or to any profit referred to in said clause.and Buyer shall have against VENDOR all remedies provided by law and equity 16. TAXES:CITY of Miami Gardens Is exempt from State and local taxes.Exemption number Is printed below, 17. LAW GOVERNING:This contract shall be governed by and construed according to the taws of the Slate of Florida.This Agreement shall not be construed against the party who drafted the same. If any dispute arises from this Agreement venue shat Ile In Miami-Dade County,Florida 19. ASSIGNMENT:Any assignment of this Purchase Order,Including any perfomancs of work hereunder,In whole or in part,or monies due hereunder.shall be void unless consented to by CITY In writing and CITY shall have no obligations to any assignee of VENDOR under any assignment not consented to In writing by the CITY. 19. TERMS:The order total shall be paid by the CITY upon receipt of Invoice from VENDOR which shall be subject to verification as to quantities and quality of goods delivered Of services padon'ed 20. TAX:VENDOR doing business with the CITY shall not be exempt horn paying sales tax to their suppliers for materials to fulfill contractual obligations with the CITY.nor shall any VENDOR be authorized to use the CITY Tax Exemption Number in acquiring such materials. 21. PAYMENT CHANGES:Payments will only be made le the company and address as set forth on Purchase Order unless the VENDOR has requested a change thereto on official company leeadtread,signed by an authorized officer of the company. 22. UNIFORM COMMERCIAL CODE:The Uniform Commercial Code(Chapter 672,Florida Statutes)shall prevail as the bests for contractual obligations between the VENDOR and the CITY for any terms and conditions not specifically stated In this Purchase Order. 23. INSURANCE:In the event that insurance Is required by the CITY In eomaetion with this Purchase Order.VENDOR shall provide an Insurance Certificate,In a form acceptable to the CITY. naming the CITY as an additional insured,as proof of compliance therewith which said certificate shall constitute part Of this Purchase Order. 24. BONDING:The CITY reserves the right to require the VENDOR to post a performance and payment bond In the amount of One Hundred percent(100%)cf the Purchase Order total,upon award or el such time deemed necessary by CITY. CITY of MIAMI GARDENS sales exempt certificate number 85-8012884754C-6 'Important:When complete shipment Is made,mall your Invoice Itemizing all charges to: Accounts Payable Department,1515 NW 167th Street,Bldg 5,Suite 200,Miami Gardens,FL 53159 Sponsored by: Vice-Mayor Johnson Resolution No. 11-8188 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, TO ISSUE A REQUEST FOR PROPOSALS (RFP) FOR CAR- WASHING SERVICE FOR CITY OWNED-VEHICLES; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City-owned vehicles of the City of Opa-locka need to be cleaned and washed on a regular basis; and WHEREAS, the City Commission of the City of Opa-locka desires to issue a Request for Proposals for car-wash service; and WHEREAS, the City Commission of the City of Opa-locka authorizes the City Manager to issue a Request for Proposals (RFP)for Car-wash Service. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission the City of Opa-locka authorizes the City Manager to issue a Request for Proposals (RFP) for Car-Wash Services for city-owned vehicles. Section 3., This resolution shall take effect immediately upon adoption. Resolution No. 11-8188 PASSED AND ADOPTED this 23`d day of February, 2011. i Afv 1- YjRAYLOR MAYOR Attest o: I eborah . Irby City Clerk Approved as to form and legal Buff •-ncy: i,iti ►_ .6411L1 � Jos:a, S. f. - ler Ci Atto ey Moved by: VICE MAYOR JOHNS Off, Seconded by: COMMISSIONER TYD w S Commission Vote: 3-1 Commissioner Holmes: NO Commissioner Miller: NOT PRESENT Commissioner Tydus: YES Vice-Mayor Johnson: YES Mayor Taylor: YES