HomeMy WebLinkAboutM-99-0769j 1 CITY OF MIAMI, FLORIDA
34
INTER -OFFICE MEMORANDUM
TO The Honorable Mavor and DATE: FILE
Member of the Cite Commission
SUBJECT: October 12 Commission Meeting
Toeing RFQ ;Modifications
FROM:: Donald H. ars 1a11REFERENCES
Cit_v Manaucr
ENCLOSURES:
As a result of the City Commission's request for modifications and information regarding the
proposed RFQ that was on the September 28. 1999, Agenda. the folloving has occurred:
A meeting was held at the Miami Police Department with all members of the toping industry as
requested by the Commission. The purpose of the meeting was to obtain input from the towing
industry regarding the method of rotation they would like under the proposed contract that was
passed with modifications at the September 28. 1999, Commission Meeting. All of the current
towing agencies were present and voted unanimously to rotate on a daily basis. This method is
indicated in Section 3.3, Nfethod Of Award in the specifications portion of the contract.
They were also advised that the contract %would require all towing companies to tow cite owned
vehicles whereas the previous contract grave them the option of towing city owned vehicles. They
agreed that the service of towing city owned vehicles within the city limits would be provided to
the Citv at no cost to the City. The compam assumed to the zone where the vehicle is located will
provide the towing service. All other requests outside of city limits would be paid at the same rate
as the former contract. Neale Duty requests for towing of City equipment Hill be handled as
provided for in the contract. Section 4.3.9 Category B: Towing of City -owned, leased, or rented
vehicles outlines the prices associated with Cite \chicle tolying.
It was also recommended to increase the base fee to tow a vehicle from the proposed sixty-eight
(68) dollars to se\entx (70) dollars. The towim-, agencies also requested that the contract prices
should not indicate the City administrative fee in the base towine rate since this is an add on fee by
the City. It was also recommended that the administration fee the City receives from each tolved
vehicle be raised from twenty (20) to twenty-five (25) dollars. A tv.,enty-five (25) dollar
administrative charge hill match actual administrative costs associated with this process. 'Section
4.3.1 Towing Rates By Wrecker Class indicates these changes.
S9~ �f G9
The Honorable Mavor and
Members of the City Commission pg. (2)
}
4
The administration fee the towing agency receives was also recommended for an increase from
fifteen (15) to twenty (24) dollars. This administration fee has been fifteen (15) dollars since
November 1996. Section 4.3.2 Auxiliary Charges indicates this change.
A concern was raised by Commissioner Teele that at the end of the eleventh month of toiving
under the new contract that we make any adjustments if the zones are out of balance. Section 4.2
Scope of Work states that the Cite may adjust the zones as deemed necessary at any time during
Ithe term of the contract after a review and recommendation by the Towing Review Board.
UHW EO?B :am
G
i
i
Ci4y of Alianit Revised Draft
Requestfor Qualifications
GRAFT
RFQ
Purchasing Department
Judy S. Car -ter. Director
Nliami Riverside Center
444 SW 2nd Avenue, 6th Floor
Miami. Florida 33130
http:/, ci.miami.tl.usi i
t
RFQ Data _
RFQ Number:
98-99-171
Commodity Code:
968-90
Commodity Title:
TOWING SERVICES
Type of Purchase:
Contract for Three (3) years with OTR for two (2) additional one (1) year periods.
Mf"E Set -Aside:
N'A
Sr. Buyer:
Pamela Burns, CPPB
BuverPhone:
305-416-1905 Fax: 305-416-1925
E-Mail Address:
purchaseC ci.miami.fl.us
Issue Date:
Pre -Proposal Conference:
(Yes - date to be given at later time)
Response Due Date
Day/Date:
Time:
Location/Mail Address:
Office of the City Clerk
City Hall
3500 Pan American Drive
Miami, Florida 33133-5504
Directions:
FROM THE NORTH: I.95 SOUTH UNTIL IT TURNS INTO US1. US1 SOUTH TO 27TH AVE., TURN LEFT,
PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON
PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
FRnM THE SOUTH: US1 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR.
(3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT
THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
RFQ Content Sections
1.0
Introduction to the RFQ process
2.0
General Terms and Conditions that are general in scope
3.0
Special Conditions related to this Request for Qualifications
4.0
Specifications and Submission Requirements describing what is needed
5.0 ,._
Instructions for the RFQ process
6.0
Response forms and Check List to be completed, sinned and submitted with response.
Sealed written Bids must be received by the City of Miami, City Clerk's Office, no later than the date, time and at the
location indicated above for receipt. Submittal of Response by fax is not acceptable. One original and three (3) copies of
your response and sets of response forms must be returned to the City or your response may be disqualified.
10/01/99
1
S 9 - (69
1.0 INTRODUCTION TO REQUEST FOR QUALIFICATIONS
1.1 INVITATION TO PARTICIPATE
The City of Miami, through its Purchasing Department, invites responses to provide the services
identified on the title page and described in greater detail in Sections 3.0 and 4.0.
1.2
1.2.
1.2.3
DEFINITIONS
Please review the following definitions of words utilized within this RFQ.
1.2.1 We/Us/Our/City
These terms refer to the City of Miami, Florida, a duly organized public entity. They may
also be used as pronouns for various subsets of the City's organization, including, as the
context will indicate:
Purchasing Department - The Purchasing Department including its Director and staff of
Professional Buyers.
Departmends - The City Departments and/or offices for which this RFQ is prepared, and
which will be the end user/s of the goods and/or services sought.
Contract Administrator - The user Department's contacts for interaction regarding Contract
administration and performance.
Services - The provision of towing and wrecker services, including all labor, materials and
equipment, on an as -need basis.
City - City of Miami, to the City of Miami ("City"), particularly when requested by the
Miami Police and Fire -Rescue Departments, in cases
2 You / Your
These terms refer generally to the other person or entity which is a party to the Agreement or
Contract, which may result from this RFQ, any subsidiaries or affiliates, officers, employees,
volunteers, representatives, agents or subcontracts. The term may apply differently to
different classes of entities, as the context will indicate. For instance, "you" as a proposer
will have different obligations than "you" as a contractor will have upon award of a contract.
We'll be specific whenever it seems warranted.
Proposer - Any business entity, submitting a Response to this RFQ.
Successful Proposer(s) - The Proposer(s) whose Response to this Solicitation is deemed
qualified by the City. Successful Proposer(s) must be approved for award by the City
Commission and the State Oversight Board, and a Contract will be executed for the
provision of services to the Successful Proposer(s) specified in the RFQ before a Purchase
Order can be issued.
Request for Qualifications (RFQ)
A "Request for Qualifications" (RFQ) is normally used when we evaluate Proposers based
upon qualifications, experience, and capacity to provide specific services.
10/01/99
r
I
DRAFT
Lu
L�
Cl ofm1 iam t Revised Dra
Request for Qualifications
� , DRAFT
RFQ
Purchasing Department
i Judy S. Carter. Director
Miami Riverside Center
444 SW 2nd Avenuc. 61h Floor
Miami. Florida 33130
i http://ci.miami.fl.us/
i
RFQ Data
RFQ Number:
98-99-171
Commodity Code:
968-90
Commodity Title:
TOWING SERVICES
Type of Purchase:
Contract for Three (3) years with OTR for two (2) additional one (1) year periods.
M/WBE Set -Aside:
N/A
j Sr. Buyer:
Pamela Burns, CPPB
BuyerPbone:
305-416-1905 Fax: 305-416-1925
E-Mail Address:
purchase@ci.miami.fl.us
Issue Date:
t
Pre -Proposal Conference:
i
(Yes - date to be given at later time)
Response Due Date
j DayVate:
Time:
Location[Mail Address:
Office of the City Clerk
City Hall
3500 Pan American Drive
Miami, Florida 33133-5504
Directions:
EMH THE WORTH: 1-95 SOUTH UNTIL IT TURNS INTO US1. US1 SOUTH TO 27TH AVE., TURN LEFT,
PROCEED SOUTH TO SO. BAYSHORE DR. ORD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON
PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
FROM THE SOUTH: US1 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR.
(3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT
THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
RFQ Content Sections
1.0
Introduction to the RFQ process
2.0
General 'Perms and Conditions that are general in scope
3.0
Special Conditions related to this Request for Qualifications
t 4.0
Specifications and Submission Requirements describing what is needed
5.0 __
Instructions for the RFQ process
j 6.0
Response farms and Check List to be completed, signed and submitted with response.
Sealed written Bids must be received by the City of Miami, City Clerk's Office, no later than the date, time and at the
location indicated above for receipt. Submittal of Response by fax is not acceptable. One original and three (3) copies of
your response and sets of response forms must be returned to the City or your response may be disqualified.
10/01 /99
1
DRAFT
City of Miami. Florida � Towing serVices /cunt.) RFQ 98-99.1-1
1.2.4 Response
The written, sealed document submitted by the Proposer according to the RFQ instructions
L-
and requirements. Your Response to this RFQ does not include any verbal interaction you
may have with us.
1.3 CLARIFICATION
Questions regarding this RFQ should be directed in writing, preferably by far, to the Purchasing
Director specified on the title page. Answers, citing the question asked but not identifying the
questioner, will be distributed simultaneously to all known prospective Proposers. Note: Written
requirements in the RFQ or its amendments may be binding, but any oral communications between
you and us are not.
1.3.1. Written Addendum
If it becomes evident that this RFQ must be amended, we will issue a formal written
addendum to all known prospective Proposers. If necessary, a new due date will be
established.
1.4 AWARD
A Contract (the "Contract" or Agreement") will be awarded to the qualified Proposer(s) by the City
Commission based upon the minimum qualification requirements reflected herein. The City reserves
the right to execute a Contract with the Proposer(s) that is determined to be in the City's best
interests.
1.5 CONTRACT EXECUTION
The City and the successful Proposer(s) shall negotiate and execute a Contract based upon the
requirements set forth in the RFQ through action taken by the City Commission at a duly authorized
meeting. Approval by the State of Florida Emergency Financial Oversight Board (Oversight Board)
must be secured.
10/01/99
3
Cityof.1hami, Florida Totving Services iron!./ Rho,) 98-99•1-1
2.0 GENERAL TERMS AND CONDITIONS
The following may or may not be applicable to this RFQ for services. All terms and conditions are subject to
negotiation for inclusion into the Agreement.
2.1 ACCEPTANCE/REJECTION
The Cite reserves the right to accept or reject any or all Responses or to select the Proposer(s) who, in
the opinion of the Cite, will be in the best interest of and/or the most advantageous to the City. It also
reserves the right to reject the Response of any contractor who has previously failed to properly
perform under the terms and conditions of a contract, to deliver on time services under a contract of a
similar nature, and who is not in a position to perform properly under this RFQ. The City reserves the
right to waive any irregularities and technicalities and may, at its discretion, re -advertise the RFQ.
2.2 ASSIGNMENT OF CONTRACT
The successful Proposer(s) shall not assign or subcontract, at any time during the term of the
Contract, or any part of his,lier operations, or assign any portion or part of the Contract, except under
and by virtue of prior written permission granted by the City through the City Manager or his
authorized designee.
2Z AUDIT RIGHTS AND RECORDS RETENTION
The successful Proposer(s) agrees to provide access to the City, or any of their duly authorized
representatives, to any books, documents, papers, and records of the contractor which are directly
pertinent to this Agreement, for the purpose of audit, examination, excerpts, and transcriptions. The
Proposer shall maintain and retain any and all of the aforementioned records for three (3) years after
the City makes final payment and all other pending matters are closed.
2.4 COMPLL4,NCE WITH ORDERS AND LAWS
Successful Proposer(s) shall comply with all local, state, and federal directives, ordinances, rules,
orders, and laws as applicable to this RFQ and subsequent contracting including, but not limited to:
2.4.1 Executive Order 11246,
which prohibits discrimination against any employee, applicant, or client because of
race, creed, color, national origin, sex, or age with regard to, but not limited to, the
following: employment practices, rate of pay or other compensation methods, and
training selection.
2.4.2 Occupational, Safety and Health Act (OSHA), as applicable to this RFQ.
2.4.3 The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes.
2.4.4 Minority/Women Business Affairs Enterprise (M/N BE) City Ordinances No.
10062, 10538, and 11272, as amended, as applicable to this RFQ.
—2.4.5 Americans with Disabilities Act of 1990, as amended.
i
2.4.6 First Source Hiring, City Ordinance No. 10032, as amended,
as applicable to this bid. Implemented to foster the creation of new, permanent
jobs for City of Miami residents.
2.4.7 National Institute of Occupational Safety Hazards (NIOSH), as applicable to this
RFQ.
2.4.8 Local Preference Ordinance No. 11087, as applicable to this RFQ.
10/01/99 4 DRAFT
i
Cih- of Miami. Florida - -� Towing Services (cont I RFO 98-99-1 _I
2.4.9 Conflict of Interest, City Code, Section 2-611 & 612. as applicable to this RFQ.
2.4.10 The State of Florida Statutes Sections 218.73 and 218.74 on Prompt Pcn•meni
Lack of knowledge by the Proposer %% ill in no way be a cause for relief from responsibility.
Non-compliance with all local, state, and federal directives, orders, and laws may be
considered grounds for termination ofcontract(s).
Copies of the above City Ordinances may be obtained from the City Clerk's Office.
2.5 CONFLICT OF INTEREST
If any individual member of a consulting team, or an employee of a consulting team/firm, or an
ummediate family member of the same is also a member of any, board, commission, or agent, of the
City, that individual is subject to the conflict of interest provisions of the City Code, Section 2-61 1.
�Che Code states that no City officer, official, employee or board, commission or agency member, or a
spouse, son, daughter, parent, brother or sister of such person, shall enter into any contract, transact
any business with the City, or appear in representation of a third party before the City Commission.
This prohibition may be waived in certain instances by the affirmative vote of 415 of the City
Commission, after a public hearing, but is otherwise strictly enforced and remains effective for two
years subsequent to a person's departure from City employment or board, commission or agency
membership.
This prohibition does not preclude any person to whom it applies from submitting a bid or Response.
However, there is no guarantee or assurance that such person will be able to obtain the necessary
waiver from the City, even if such person were successful in the Response for Request for
,Qualifications process.
A letter indicating a conflict of interest for each individual to whom it applies shall accompany
the submission package. The letter must contain the name of the individual who has the conflict;
the relative(s), office, type of employment or other situation which may create the conflict; the
board on which the individual is or has served; and the dates of service.
2.6 CONTACT PERSON
The contact person for this RFQ is Parnela Bums, CPPB, Sr. Procurement Contracts Officer,
Department of Purchasing, and who can only be contacted in writing by fax or e-mail pursuant to
Miami -Dade County Ordinance Nos. 98-106 and 99-1 Cone of Silence.
2.7 COST INCURRED BY PROPOSERS
All expenses involved with the preparation and submission of a Response to the City, or any work
performed in connection therewith shall be borne by the Proposer(s). No payment will be made for
any responses received, nor for any other effort required of or made by the Proposer(s) prior to
commencement of work as defined by the Contract.
2.8 INSPECTION OF RESPONSES TO RFQ
Responses received by the City pursuant to this RFQ will not be made available until such time as the
City provides notice of a decision or intended decision, or within 10 days after receipt of Responses,
whichever is earlier.
2.9 NONCONFORMANCE TO CONTRACT CONDITIONS
2.9.1 Default/Failure to Perform
The City shall be the sole judge of nonperformance, which shall include any failure on the
part of the Successful Proposer(s) to accept the award, to furnish required documents, and/or
to fulfill any portion of this contract within the time stipulated or within thirty (30) days,
whichever is earlier.
10/01/99 5 DRAFT
Ciry of Viami- Florida
%wing Services (cont) RFU 98-99-1-1
Upon default by the successful Proposer(s) to meet any terms of the Agreement, the City will
notify the successful Proposer(s) of the default and will provide the Successful Proposer(s)
three (3) days (weekends and holidays excluded) to remedy the default. Failure on the
Successful Proposer(s part to correct the default within the required three (3) days shall
result in the Contract being terminated and upon the Cite notifying the successful
Proposer(s) of its intentions. The following, as \%ell as and of the provisions included in the
Contract at the Citv's sole discretion, shall constitute default:
A. Failure to perform the \cork required under the Contract and %k ithin the time required; or
failing to use the subcontractors, entities and personnel as identified and set forth, and to
the degree specified in die Contract.
B. Failure to begin the %%ork under this Contract within the time specified
C. Failure to perform the work with sufficient workers and equipment or with sufficient
materials to ensure timely completion.
D. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or
insolvency, or making an assignment for the benefit of creditors, if the insolvency,
bankruptcy, or assignment renders the successful Proposer(s) incapable of performing
the work in accordance %vith and as required by the Contract.
E. Failure to comply with any of the terms of the Contract in any material respect
All costs and charges incurred by the City as a result of an incurred default or a default
incurred beyond the time limits stated, together with the cost of completing the work,
shall be deducted from any moneys due or which may become due as a result of the
Contract.
2.10 NON-DISCRIMINATION
Proposer(s) agrees that it shall not discriminate as to race, sex, color, age, religion, national origin,
marital status, or disability in connection with its performance under this solicitation. Furthermore,
Proposer(s) agrees that no othene,ise qualified individual shall solely by reason of his/her race, sex,
color, age, religion, national origin., marital status or disability be excluded from the participation in,
be denied benefits of, or be subjected to discrimination under any program or activity receiving
federal financial assistance.
In connection with the conduct of its business, including rendition of services and employment of
personnel, Proposer shall not discriminate against any person on the basis of race, color, religion,
disability, age, sex, marital status or national origin. All persons having appropriate qualifications
shall be afforded equal opportunity for employment.
2.11 OCCUPATIONAL LICENSE REQUIREMENT
Any person, firm, corporation or joint venture, with a business location in the City who is submitting
a Response under this Solicitation shall meet the City's Occupational License Tar: requirements in
accordance with Chapter 31.1, Article I of the City Charter. Others with a location outside the City
shall meet their local Occupational License Tax requirements. A copy of the license must be
submitted with the Response; however, the City may, at its sole option, allow the Proposer to supply
the license to the City during the evaluation period, but prior to award.
2.12 PUBLIC ENTITY CRIMES
A person or affiliate who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a Response on a contract to provide any goods or services to a
public entity, may not submit a Response on a contract with a public entity for the construction or
repair of a public building or public work, may not submit a Response on a lease of real propertytto a
10/01 /99 6 DR.AFT,
L
City of-Viarni, Florida rowing 5enliees (coal ) RFO 9R-99-1-1
public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with any public entity, and may not transact business with any public
entity in excess of the threshold amount provided in Section 287.017 of Florida Statutes for Cateizory
Two for a period of 36 months from the date of being placed on the convicted vendor list.
2.13 RESOLUTION OF PROTESTS
Any actual or prospective contractual party who feels aggrieved in connection \%ith the solicitation or
award of a contract may protest in writing to the Chief Procurement Officer (Purchasing Director)
who shall have the authorit}. subject to the approval of the City Manager and the City Attorney, to
settle and resolve a protest with final approval by the City Commission. Proposers are alerted to
Ordinance No. 11072 which describes the protest procedures and is included in this RFQ. Protests
failing to meet the requirements for filing shall not be accepted. NO EXCEPTIONS.
2.14 REVIEW OF RESPONSES TO DETERMINE QUALIFICATIONS
Each Response will be reviewed to determine if the Response is responsive to the submission
requirements outlined in the RFQ. A responsive Response is one which follows the requirements of
the RFQ, includes all documentation, is submitted in the format outlined in the RFQ, is of timely
submission, and has appropriate signatures as required on each document. Failure to comply with
these requirements may deem a Response non -responsive.
2.15 RFQ POSTPONEMENT / CANCELLATION
The City may, in its sole and absolute discretion, reject any and all, or parts of any and all Responses;
re -advertise this RFQ; postpone or cancel, at any time, this RFQ process; or waive any irregularities
in this RFQ or in the Responses received as a result of this RFQ.
DRAFT
10/01/99
L
C'tv of .1(am. Florida Towing Services reant 98=94-/+1
3.0 SPECIAL CONDITIONS
3.1 SCOPE AND PURPOSE
This RFQ is seeking the services of qualified, experienced, and licensed Towing Agencies to
provide towing services for two (2) Categories of services: Cat_ egoa A includes Police and Fire
Dispatched Towing and N recker Services for private vehicles; Category B includes Towing of
City-o\vned. leased and rented vehicles. The City shall be divided into five (5) zones for the
provision of Category A services.
3.2 CONTRACT TERM
The Contract \N111 be in effect for an initial term of three (3) years, with the City having an option to
extend for two (2) additional one (1) year periods, subject to the availability of funds for succeeding
fiscal years. Continuation of the Contract beyond the initial period is a City prerogative, not a right
of the Successful Proposer(s).
3.3 METHOD OF AWARD
A Qualification Committee (aka "Committee")ff,
, comprised of City sta, the Contract Administrator,
and a member(s) of the community, as deemed necessary, will review and evaluate all Responses
received from prospective Proposers to determine if Proposer(s) meets the minimum qualifications.
All Proposers who meet the minimum qualifications shall be eligible for consideration for contract
award. It is the City's intent to award Contracts to ten (10) qualified Proposers; however, this
number may be increased or decreased depending on the number of qualified Proposers. Qualified
Proposers will then be considered for award of zone based upon the following procedures.
It is the intention of the City to qualify Proposers and award for each zone, under Category A
services, Police and Fire Dispatched To%Ning of private vehicles based on a 24 hour rotating basis
(24 hours on -call and 24 hours off), to two (2) qualified Proposers. For purposes of this RFQ, there
are a total of five (5) zones ,Nithin the City of Miami. In the event that no qualified Proposer submits
a response to work in a particular zone, then such zone may be awarded to another qualified
Proposer, or to a successful Proposer qualified and selected for another zone. For the provision of
Category B services, all qualified Proposers will be required to provide towing services on a
monthly, rotational basis for City -owned, ]eased, or rented vehicles.
The City shall award a contract to successful Proposer(s) through action taken by the City
Commission at a duly authorized meeting and approval by the State Oversight Board. This action
shall be administratively supported by a Contract that shall be executed by all successful Proposers
and the City.
The Committee will evaluate each Response based on qualifications and submission of required
documentation and information.
L
On, of Miami. Florida Tox•ing &-r IL'l'8 Front r RFO 98-(P)-
For Cate or A services, each Proposer, as part of this RFQ, will be required to propose the zone or
zones for which it is seeking to qualify to provide towing services. A qualified Proposer shall be
selected to provide towing services for only one (1.) zone under the terms of the Contract. It is
expected no more than two (2) Proposers shall be awarded each zone. The Committee, following
qualification of firms, shall utilize the following criteria to make its recommendation for each zone.
1. Location of Proposer's payment office and storage facility in the zone requested. A
Proposer shall be given preference for the zone in which its facility is physically
located.
2. Past performance. including the number of documented complaints received since
the initiation of the previous Contract. A Proposer who receives fewer complaints
than another Proposer for that zone(s) shall be given preference over the Proposer
with a greater number of complaints.
3. Proposer's financial ability. including any arrears in payment to the City under the
prior Contract.
4. Years of experience in the provision of towing services for the public sector.
S. Should the number of firms who proposed a particular zone exceed two (2), it shall
be the sole discretion of the Committee to recommend the two (2) Proposers who it
determines best serves the needs of the community within the particular zone.
6. Should no Proposer propose a particular zone(s), the Committee shall make its
recommendation to select a Proposer(s) to ensure all zones have towing
representation.
For Category B services, each recommended Proposer shall be required to provide, on a rotational
basis, towing of City -owned, leased or rented vehicles and be paid in accordance with the rate
specified in the Section 4.3 of the Specifications.
The Committee shall submii. its recommendation to the City Manager for acceptance. The City
Manager shall make his recommendations to the City Commission, which will make the final
determination of award for each zone. The City Manager will also request authorization to negotiate
with the recommended Proposer(s). No rights of any kind shall inure to the benefits of any Proposer
until a Contract is executed by the City and the Successful Proposer(s).
Upon authorization of the City Commission, the City Manager or his designee shall negotiate the
Contract with the Successful Proposer(s). The City Attorneys Office will_ provide assistance to the
City Manager or designee during the negotiation of the Contract and must approve the Contract as
to legal form and correctness prior to the City Commission's authorization for the execution of the
Contract by the City Manager. Moreover, the State of Florida has appointed an Emergency
Financial Oversight Board (Oversight Board) which is empowered to review and approve all
pending City of Miami contracts. As a result, contracts shall not be binding on the City until such
time as they have been approved by the Oversight Board.
The City reserves the right to accept or reject any or all responses to this RFQ, waive informalities,
and request new Responses for the services in this described R.FQ.
10l01/99 9 DRAFT
7G19
Cary of.thami. Florida Towing Senices 'cony RFO 98-'IY-1 i
i
l
3.4 APPROVAL BV EMERGENCV FINANCIAL OVERSIGHT BOARD
The State ofFlorida has appointed an I niergency Financial Oversight Board ("Oversight Board")
which is empo\vered to review and approve all pending Cite of h41ami contracts. As a result,
contracts shall not be Binding on the Cite until such time as they have been approved by the
Oversight Board. Attestation of the Aureement by the Clty Clerk shall constitute evidence of its
approval by the Oversight Board.
l
3.5 NON -APPROPRIATION OF FUNDS
In the event no funds or insufficient funds are appropriated and budgeted or are otherwise
unavailable in any fiscal period for payments due under this contract, then the City, upon written
j notice to Contractor or his assignee of such occurrence, shall have the unqualified right to terminate
i the contract without any penalty or expense to the City.
3.6 MINIMUM QUALIFICATIONS OF PROPOSER
I
Responses shall be considered only from firms that are regularly engaged in the business of
providing towing services as described herein. The Proposer shall meet each of the following
minimum requirements, and submit documentation as required pursuant to this RFQ. Failure
to submit evidence of satisfaction of the minimum qualifications shall result in the Proposer being
deemed not qualified.
A. Proposer must: (i) be regularly and primarily engaged in the business of providing the
Services; (ii) have a good record of performance within the City for a period of at least
four (4) years immediately preceding the submission; (iii) be located within the
corporate limits of the City; and (iv) have sufficient financial support, equipment,
facilities, and personnel to insure that the services can be satisfactorily performed if
awarded a contract.
B. Proposer must be fully licensed to perform the services. This includes occupational
licenses and any other licenses needed to provide towing and storage for the City of
Miami, as outlined in this RFQ, such as licenses to toy from the public right-of-way.
ToNkring licenses to tow from private property are not acceptable. Copies of all licenses
must be submitted with your Response.
C. Proposer must have an office and storage facility established in the City, preferably in
the zone' -for which the Response is being submitted. The office shall be a permanent
structure (no temporary trailers, mobile homes, etc.). The customer waiting area shall be
covered. The Qualification Committee may conduct a site visit to Proposer's facility to
verify compliance with this requirement. Proposer shall submit, with the Response,
evidence of ownership or V part}, lease valid for the life of the Contract for all
facilities.
D. Proposer's premises must be properly identified by signs on the exterior of structures,
(letters displayed no less than 12 inches ip height), i.e. visible from the adjacent access
10/01/99 10 DRAFT
CaY of Aliami, Florrda
Tct i mg Services rcnnt r �' RFQ 98-99-1-1
road. The Qualification Committee may conduct a site visit to Proposer's facility to
verify compliance with this requirement.
E. The premises and all equiLtient must be maintained in a reasonable state of cleanliness
apar. Working areas. interior- and exterior of structures shall be kept free of debris
and/or articles inappropriate or inconsistent with the operation of towing services. The
Qualification Committee may conduct a site visit to Proposers facility to verif}
compliance with this requirement. Refer to Section 3.9 below for Minimum Equipment
Requirements.
F. Proposer must maintain at all times during the term of the Contract a separate telephone
number on a twenty-four (24) hour basis for incoming police calls, separate from and in
addition to such other telephones as are necessary to provide twenty-four (24) hour
service to the public. (NO ANSNVERING SERVICE, •ANSWERING MACHINE OR
RECORDED MESSAGE \'FILL BE ACCEPTED). The Qualification Committee may
conduct a site visit to Proposer's facility to verity compliance with this requirement.
G. Storage - At least one hundred (100) outside and two (2) inside storage spaces shall be
immediately available. Rates for storage area to be not more than those storage rates set
forth in the Sample Towing Agreement. Proposers shall have all the necessary licenses
for storage. The Qualification Committee may conduct a site visit to Proposer's facility
to verify compliance v6th this requirement.
H. Proposer must submit with its Response evidence that, if awarded a Contract, it
shall be able to post a Letter of Credit in the amount of 510,000, in accordance with
the requirements set forth below. For the purposes of this RFQ, Proposer shall submit
with his Response a letter from his bank/financial institution attesting to the
Proposer's financial stability and ability to provide a Letter of Credit/Security upon
execution of Contract, should Proposer be awarded a contract under this RFQ.
I. Be in sound financial condition
_ and shall not have conflicts of interest which may be of
embarrassment to the Cite. Proposer must submit the most recent certified business
financial statement as of a date not earlier than the end of the Proposer's preceding
official tali accounting period, together with a statement in writing. signed by a duly
authorized representative, stating that the present financial condition is materially the
same as that shown on the balance sheet and income statement submitted, or «nth an
explanation for a material change in the financial condition. A copy of the most recent
business income tax return will be accepted if certified financial statement is unavailable.
Additionally, Proposers shall submit a Pro -Forma Income Statement for the last
three (3) years.
J. Proposer shall not have any member, officer, or stockholder that is in arrears or is in
default of any debt or contract involving the City, is in default or a surety upon any
obligation to the City and/or has failed to perform faithfully any previous contract with
the City. Proposer, nor any member, officer, or stockholder thereof, shall not be in
10/01/99 11 Dl%t-AFT
fliE
c9 a1 ...
Cily of Aliami. Florida Tou Ing services (Cont l RFD 9549-1-1
i arrears for any monies owed to the City for similar services provided in the past. Should
a prospective Proposer be in arrears at the time of issuance of this RFQ. the Proposer
must contact the Contract Administrator and pay all monies before the date and time the
responses are due, or establish a N\Tlttcn payment plan that is approved by the City before
the date and time the responses are due, so that all arrears are paid in full no later than
one (1) year alter award of Contract pursuant to this IZ -Q. Should payment not be paid in
full by that date. Proposer shall be deemed in default of contract and immediately
eliminated from providing toning services for the remaining term of this Contract.
K. Proposers shall have sufficient personnel alone with the required equipment specified on
Attachment D in order to provide the required services. 1t is the intent of the City to
ensure Contractor has the proper equipment in good 'orking condition. and emplovees
to satisfactorily perform according to specifications. The Qualification Committee may
conduct a site visit to Proposer's facility to verify compliance with this requirement.
L. The principal(s) of a Proposer shall not be principal(Ls) of another responding Proposer
(for purposes of this Request for Qualifications, the term "principal" of the Proposer
means an owner, officer or member of the Proposer's Board of Directors). Additionally,
no Proposer shall have a stockholder who also owns stock of another Proposer under this
RFQ.
Proposers who fail to meet any of the above minimum qualifications shall be deemed non-
responsive.
3.7 MINIMUM EQUIPMENT REQUIREMENTS
Proposers must adhere to and meet the following equipment requirements, for qualification.
Failure to meet any of the following shall disqualify Proposer. Refer to At_tachment_D for
further specification.
A. _Definition: The term "Tow Truck" and "Wrecker" are used in the RFQ interchangeably
to mean any motor vehicle equipped with booms, winches, or similar equipment designed
for recovery and to"ing of vehicles, trailers, motor homes and objects which cannot operate
under their own power and must be transported in the tow and control of another vehicle,
which meets the requirements of the Metro -Dade County Toeing Ordinance, and displays
the appropriate decal for Class A, B. C, or D tow truck, as specifically described in
Attachment D. All NWeckers shall be full, hydraulic.
B. Required Equip ent by Zone: Proposers shall submit with its Response a copy of the
vehicle registration for each trucLequipment that will be used for the services of this RFQ or
evidence that it owns or has a first party lease valid for the life of the Contract for the
following equipment.
1) Five (5) Class "A''' wreckers of which two (2) shall be Class "A" wreckers and two
(2) shall be Class "A" slide back car carriers.
2) One (1) Class "B" wTecker.
3) One (1) Class "B" slide back car carrier. +
10r01l99 12 DRAFT
City qj,lliomi. Florida l i,uvng Services front RPO 98.99- / "/
i
E
4) Two (2) Class "C" wreckers, one (1) of which shall he underlift equipped or one (1)
i Class "D" %Wrecker \\hich shall be underlift equipped.
I Proposer shall submit with its Response a copy of the current valid vehicle registration j
for each of the equipments to be used for the services in the RFQ.
r
C. Appearance and Condition of Equi ment:
1) Tory Trucks are to be neat, clean, and give an overall acceptable appearance.
2) Each Tow Truck shall have standard fenders. hood, doors and bumper, and be
i mechanically and structurally sound.
3) Tow Trucks are to be free of bode damage, which would interfere with tasks to be
performed or distract substantially from overall appearance.
4) Each Tow Truck shall be lettered commercially with Successful Proposer(s)'s license
number on the front of the tow truck or car carrier body, in letters at least three (3)
inches high; and on the driver and passenger sides of the vehicle doors, the
Successful Proposer(s) name in letters at least three (3) inches high; and in letters at
least one (1) inch high, the Successful Proposer(s) principal address and telephone
J number. Stick -on or magnetic signs are prohibited, as are any references to police
emergency or wording denoting a similar connotation.
5) Regardless of age, Tow Truck and service vehicles can be used, as long as vehicle
meets the requirements of the City of Miami in appearance and mechanical
l condition as set forth in this RFQ.
3.8 INSPECTION OF FACILITY AU _ AND _ EQUIPMENT
As part of the process to determine qualifications, Proposers' facility(s) and equipment may be
inspected by the City's Qualification Committee to determine compliance with the requirements of
this RFQ.
Following Contract award, inspection of facility and the equipment of Proposer(s) may be made by
members of the City Police Department at any time during the term of the Contract, as deemed
appropriate by the City.
As part of the qualification process, should the equipment fail to meet the minimum qualification
requirements set forth in Attachment D. then Proposer shall be given a period of ten (10) calendar
days after written notification by the Contract Administrator in which to meet the equipment
requirements. After that time, a final inspection shall be conducted to determine Proposer(s
compliance with the minimum equipment requirements. Should the Proposer meet the requirements,
it shall be deemed qualified. Should the Proposer fail to meet the requirements, it shall be deemed
not qualified.
3.9 LETTER OF CREDIT/SECURITY
The Successful Proposer(s), prior to execution of the Contract, shall submit to the City, together
with the Contract executed by the Successful Proposer(s), an irrevocable Letter of Credit in the
amount of Ten Thousand, Dollars and No Cents (V 0,000.00). The Letter of Credit is to assure
10/01 /99 13
(-M' of .11rami. F7orrdo T i> ing Sen•rces Icon! I RV0 9S-99-1-1
payment to the City of all fees that may become due by successful Proposer to City under the
Contract.
The Letter of Credit shall be subject to approval by the City Attorney and shall be in effect and
irrevocable during the complete term of the Contract.
Proposer understands and the Letter of Credit shall provide that, in the event of a default by
Proposer under the Contract. the City shall have the right to Draw upon the Letter of Credit in the
amount determined by the City to be necessary to cure the default. In such event, Proposer must
immediately take whatever action is required to cause the Letter of Credit to be replenished to its
original amount or have a ne«, Letter of Credit issued. Failure to comply with this requirement
within five (5) days after City draws upon the Letter of Credit shall authorize the City to
immediately terminate the Contract.
3.10 METHOD OF PAYMENT
The City shall provide periodic payments for services rendered by the successful Proposer(s) based
upon a fully -documented invoice which identifies the appropriate service provided.
Invoices must be submitted to the City on a weekly basis, after the services have been rendered.
Invoices shall not be submitted for payment until such time as that portion of the service has been
completed and the Contract Administrator or his authorized designee has reviewed and approved the
invoice.
3.11 ASSIGNMENT
The Contract shall be transferred, conveyed, assigned, or disposed of, in whole or in part, without
the prior written consent of the City, which may be withheld or conditioned, in the City's sole
discretion.
3.12 SUBCONTRACTORS OF WORK SHALT. BE IDENTIFIED
With its Response, the Proposer(s) should identify any and all Subcontractors, if applicable and
should they be known at the time, (fiat will be used in the performance of the proposed Contract,
their capabilities, experience, minority designation., as defined in Ordinance 10062 and a brief
desci7ption of the work to be performed by the subcontractor(s), if applicable.
The Successful Proposer(s) shall not, at any time during the term of the Contract, subcontract any
part of his operations or assign any portion or part of the Contract, to subcontractor(s) not
mentioned in its Response, without written consent of the City. Nothing contained in this RFQ shall
be construed as establishing any contractual relationship between any subcontractor(s) and the City.
The Successful Proposer(s) shall be fully responsible to the City for the acts and omissions of the
subcontractor(s) and their employees, as for acts and omissions of persons employed by Successful
Proposer(s).
10/01/99
14 DRAFT
0'a, — I �(j ,j
17h
Cite of Miami. Florida ToKinp .5ervjces (Contj RFQ 98-99.1-1
3.13 CONTRACT ADMINISTRATOR
Upon execution of the Agreement. Successful Proposer(s) shall report and work directly with
Officer Arthur Moe. who shall be designated as the Contract Administrator, and who may be
contacted at telephone number 005') 579-6668 or beeper number (305) 483-8958.
3.14 FIRST SOURCE HIRING AGREEMENT
Proposers arc alerted to Cite Ordinance 10032 which provides City residents priority in
i employment opportunities which may a__-ise should Proposer be awarded the Contract. Proposers
must complete and return "Statement of Compliance with Ordinance No. 10032" form with
Response. To obtain additional information on this program. contact can be made with Ms. Joni
Jones -Harris, Assistant Director, Department of Community Development, at (305) 693-3120.
3.15 MINORITY / WOMEN BUSINESS ENTERPRISE M. VVBE PROGRAM
Ordinance No. 10062, as amended, entitled the Minority and Women Business Affairs and
Procurement Ordinance of the Cite of Miami. Florida sets forth "...a goal of awarding at least 51
percent of the City's total annual dollar volume of all expenditures for all goods and services, to
Black, Hispanic and Women minority business enterprises on an equal basis." A minority business
enterprise is defined as a business firm "...in :vliich at least 51 percent of said enterprise is owned by
Blacks. Hispanics, or Women and whose management and daily business operations are controlled
by one or more Blacks, Hispanics or N omen." To achieve the goal established by Ordinance 10062,
vendors doing business with the City are encouraged to include minority farms as participants in
their Responses.
Acceptable ways for minority participation are:
i
1. Proposers Certified by the City as MjAkrBE prior to proposal submission
2. Proposers who include minority/female-owned firms as subcontractors.
3. Proposers who have key professional staff members who are minorities and/or females
assigned to key positions for this engagement.
For the purposes of this RFQ, a 1 ANIBE certified entity is one which has been certified by the City
as a Black, Female, or Hispanic business enterprise prior to proposal submission. Entities ,vhich are
M/WBE certified by the Miami -Dade County Public Schools or the State of Florida, any of its
agencies, municipalities, or political subdivisions must also meet the City's 1vl/WBE certification
requirements.
Proposers may, contact the City Clerk's Office for copies of Ordinance No. 10062 and arriendments.
The Purchasing Department will provide the necessary forms and instructions upon request.
Proposers may contact Ms. Effie McCartney, M/WBE Supervisor, at (305) 416-1921.
Each Proposer shall also submit along with the Proposal an Affirmative Action Policy (AAP).
10/01/99 15 DRAFT
I-� 4
L
CIA-gl.1lranu. Florida Towing Rrvices/conr _ RFQ 98-99•!-J
3.16 CANCELLATION
The City Nlana�,er. by ��Titten notice, may terminate the Contract, at his sole discretion and without
cause. If the Contract is so terminated, the City shall be liable only for payment for services
rendered prior to the effective date of termination.
3.17 LICENSES AND PERMITS
Services performed for the City will require licenses and permits in the same manner as private
construction protects within the City. The Successful Proposer(s) shall secure, at his/her expense,
all licenses and permits and shall fully comply with all applicable laws. regulations and codes as
required by the State of Florida, county, or local ordinances.
The Successful Proposer(s) must fully comply with all federal and state laws, county and municipal
ordinances, and regulations in any, manner affecting the prosecution of the work. Any fines or
penalties to the Successful Proposer(s) shall be paid at the Successful Proposer's expense.
3.18 PERFORMANCE
The Successful Proposer(s) shall be fully responsible for performing all the work necessary to meet
City standards in a safe, neat, and good workmanlike manner, using only generally accepted
methods in carrying out the work and complying with all federal and state laws and all ordinances
and codes of the City relating to such work.
3.19 DEFAULT OF CONTRACT
In case of default by the Successful Proposer(s) due to non-performance or failure to consistently
meet specifications, as determined solely by the City, the City may cancel the Contract, procure the
services from other sources, and hold the Successful Proposer(s) responsible for any excess costs
incurred.
3.20 INDEMNIFICATION
Successful Proposer(s) shall defend, indemnify and save harmless the City of Miami and all its
officers, agents, and employees from all suits, actions, or other claims of any character, name and
description brought for or on account of any injuries or damages received or sustained by any
person, persons, or property on account of any negligent act or fault of the Successful Proposer(s),
or of any, agent, employee, subcontractor or supplier in the execution of, or performance under the
Contract which may result from the award of RFQ. Successful Proposer(s) shall pay any, judgments
with cost which may be obtained against the City growing out of such injury.
3.21 INSURANCE
Within ten (10) days after notification of award, the Successful Proposer(s) shall furnish Evidence
of Insurance to the Purchasing Department. Please refer to Section 6.2 Indemnification and
T-1-...
•l1J W 4l�\. \.
t
10/01/99 16 D R �/� F T
C RAFrA a
_ �33 4) / (
Ot.t oj.1/iami, Florida Towing Senvices (Cont.) RFQ D&99-J'I
Execution of Contract and issuance of a purchase order is contingent upon the receipt of proper
insurance documents. If the insurance certificate is received within the specified time frame but not
in the manner prescribed in this RFQ. the Successful Proposer(s) shall be verbally notified of such
deficiency uid shall have an additional fire (5) calendar days to submit a corrected certificate to the
City. If the Successful Proposers) fails to submit the required insurance documents in the manner
prescribed in this RFQ. within fifteen (15) calendar days after the Successful Proposer(s) has been
made aware of City Commission award. the Successful Proposer(s) may be in default of the
contractual terms and conditions. Under such circumstances. the Successful Proposer(s) may be
prohibited from submitting future proposals to the City. Information regarding any insurance
requirements shall be directed to the Risk Management Administrator, Risk Management
Department, at (30>) 416-1604. Additionally, Successful Proposer(s) may be liable to the City for
the cost of re -procuring the services, caused by Successful Proposers failure to submit the require
documents.
3.22 PERSONNEL
Proposer shall be deemed to represent that it has all necessary personnel required to perform all
services arising from the award of the Contract. All personnel employed shall be employees of
Successful Proposer(s).
3.23 SAFETY MEASURES
Successful Proposer(s) shall take all necessary precautions for the safety of employees. The
Successful Proposer(s) shall use only equipment that is fully operational and in safe operating order.
Successful Proposer(s) shall be especially careful when servicing property when pedestrians and/or
vehicles are in close proximity - work shall cease until it is safe to proceed.
The Successful Proposer(s) and its subcontractors, if applicable, will be responsible for performing
the work necessary to meet City standards in a safe, neat and good workmanlike manner, using only
generally accepted methods in carrying out the work, and complying with all federal and state laws
and all ordinances and coded of the City relating to such work. This includes, but is not limited to,
Federal National Vehicle Safety Standard (NVSS), Occupational Safety and Health Act (OSHA),
and the Environmental Protection Agency (EPA) standards.
3.241 DAMAGE
The Successful Proposer(s) shall carry out the work with such care and methods as not to result in
damage to public or private vehicles, or any private or public property adjacent to the work. Should
any public or private property be damaged, the Successful Proposer(s), at his/her own expense, shall
repair or make restoration as is practical and acceptable to the City and/or owners of damaged
property promptly. The Successful Proposer(s) is responsible for immediate repair of any damage
caused by his/her work and shall be fully responsible for any repairs at no cost to the City.
10/01/94 t? DRAFT
0 �1 t6' u o
(-m'ol S iamr. Floridr 7oiwi,g •Scrvice•a reonl i RVO 98-99-1-1
3.25 OMISSION FROM THE SPECIFICATIONS
The silence of the specifications and any addendum regarding any details or the omission from the
specifications of a detailed description concerning any point shall be regarded as meaning that only
o prcyad and that only materials and workmanship of first quality
the best commercial practices are t
are to be used.
j 3.26 DISCREPANCIES, ERRORS, AND OMISSIONS
Any discrepancies, errors, or ambiguities in the request for Responses or addenda (if any) should be
reported in writing to the City's Purchasing Department. Should it be found necessary, a written
addendum will be incorporated in the request for Responses and may become part of the Contract.
The City will not be responsible for any oral instructions, clarifications, or other communications.
3.27 WORK ASSIGNMENTS IDENTIFIED BY THE CITY
All work assignments during the Contract period will be on an "as needed" basis, complying with
notification requirements. The City offers no guarantee as to the number or frequency of work
assignments or the amount of payments to be received by the Successful Proposer under the terms
of the Contract.
3.28 EMPLOYEES AR-E RESPONSIBILITY OF CONTRACTOR
All employees of the Successful Proposer(s) shall be considered to be, at all times, the sole
employees of the Successful Proposer(s) under its sole direction and not an employee or agent of the
City. The Successful Proposer(s) shall supply competent and physically capable employees. The
City may require the Successful Proposer(s) to remove an employee it deems careless, incompetent,
insubordinate or otherwise objectionable and whose continued employment under this contract is
not in the best interest of the City. Each employee shall have and wear proper identification.
All the services required herein shall be performed by the Successful Proposer(s), and all personnel
engaged in performing the services shall be fully qualified to perform such services.
All personnel of the Successful Proposer(s) must be covered by Workmen's Compensation,
unemployment compensation and liability insurance, a copy of which is to be provided to the City.
3.29 UNAUTHORIZED WORK
Neither the Successful Proposer(s) nor any of his/her employees shall perform any work unless duly
authorized by the Contract Administrator or authorized designee. The Successful Proposer(s) shall
not be paid for any work performed outside the scope of the Contract, or any wort: performed by an
employee not otherwise previously authorized.
3.30 APPLICABLE LAWS
The Proposer acknowledges, represents, and warrants that, in its performance of all the terms and
conditions of the Contract, the Proposer shall comply with all applicable federal, state, and local
10/01 F99
t8 DRAFT
CWo"k
� f
Cirn, of Miami. /70ridu Towing Services rcont ! RFQ 9$-99-/ /
laws, ordinances, rules, regulations, and executive orders, now existing or hereinafter in effect and
each and even- provision required by law as a condition of any federal. state, or local grant received
by the City with respect to this Contract. Lack of knowledge by the Proposer shall in no way be
cause for relief from responsibility.
3.31 CAPITAL EXPENDITURES
Proposer unders=ds that ar, capital expenditures that the Proposer makes in order to perform the
r required sen7ices specified in this RFQ, is a business risk which Proposer shall assume. The City
shall not be obligated to reimburse any capital expenditures. or any other expenses of the Proposer.
If Proposer has been unable to recoup its capital expenditures during the time it is rendering such
services, it shall not have any claim upon the Cit) .
3.32 NON-EXCLUSIVE CONTRAcr
Although the purpose of this RFQ is to secure a Contract that can satisA! the total needs of the City
or of a specific City department(s), it is hereby agreed and understood that this RFQ does not
constitute the exclusive rights of the qualified Proposer(s) to receive all work that may be generated
by the City in conjunction with the services contemplated by this .RFQ.
3.33 LABOR, MATERIALS AND EQUIPMENT
j The Proposer shall furnish, at his/her own expense, all labor, equipment, materials or supplies,
1 including gasoline, oil, and equipment necessary for satisfactory completion of all the services
specified in this RFQ.
3.34 PRINCIPALS/COLLUSION
By submission of this Response, the Proposer declares that the only person or persons interested in
this Response as principal or principals is/are named therein, and that no person has an), interest in
this Response or in the Contract that may ensue; that this Response is made without connection to
any person., company or parties submitting another Response; and that it is in all respects fair and in
good faith without collusion or fraud.
3.35 USE OF NAME
The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No
advertising, sales promotion or other publicity materials containing information obtained from this
RFQ are to be mentioned, or imply the name of the City, without prior express written permission
of the City.
3.36 INQUIRIES
Any questions regarding this Proposal should be directed in writing via mail or fax to the Chief
Procurement Officer (Director of Purchasing) 444 S.W. 2nd Avenue, 6' Floor, Miami, Florida
33130. Proposers requiring clarification or interpretation of the RFQ shall make a written request to
{
t o/o t /99
I9 DRAFT T
L
i!i Ur.tliam�. Ilor:uif 7o'sigc Spr%;""N ICOW 1 rFi) 98-99-/ 1
t
the Chief Procurement Officer on or before the close of business . The
person or firm submlttlnc the request will be responsible for its timely delivery. k ritten responses
will be compiled and shall be issued only in addendum format and distributed to all potential
Proposers. Any- questions regarding the process may be addressed in «citing to Ms. Pamela Burns,
Sr. Procurement Contracts Officer. at telephone (305) 416-1905. fax (305) 416-1925, or e-mail.
3.37 DRAFT TONVING AGREEMENT
Attached hereto as Attachment "A" is a :Iran Towing Agreement. The draft Towing Agreement is a
sample to be used only as a reference document, and its content and format is subject to
modification prior to execution. The RFQ. draft Agreement (.Attachment A); Application for
Wrecker Contract (:attachment B): Towing Zones (Attachment C),. Equipment Requirements
(Attachment D): Tory Log (Attachment E). Miami Police Administrative Prior Month Release
Report (Attachment F), and Miami Police Towing Administrative Fee Remittance Report
(Attachment G) vafl serve as the basis for the resulting Contract(s). The City reserves the right to
modify the terms and conditions set forth in the draft Agreement as it deems necessary, prior to its
execution.
• . l�r reeve i e4.r�iar;rr.�rf ,!,
. s
•.
H. • ..
r !
•
'HWiNew
r �-
♦. •• w• • • r •.
All
f
to the
l 0/01 /99 20 D NR, F
Cim Of Aframi. Florida Tolwng Semces (cont.) RJ'Q 98-99-1 `I
t
i
j -.1_
ac3+-+Fat--i#
_ _
title, 12FPpwFfi;r*g name. Ala-m-0
t'_'
. ;d wumber-a "
j d d '
StMement
i
i
1 3.38 VOLUNTARY PRE -PROPOSAL CONFERENCE
All Proposers are highly encouraged to attend the voluntary pre -proposal Conference. This
conference will be held at on
. At this time, all requirements and specifications detailed in this RFQ will be
discussed.
Each Proposer is required, prior to submitting a Proposal, to acquaint himself / herself thoroughly,
with any and all conditions and/or requirements that may in any manner affect the work to be
performed. Allowances will not be made because of lack of knowledge of these conditions.
DRAFT
10/01 /99 21
City of Miami, Flnrlda
Towing services (Cont.)
RrQ 98-99./`1
4.0 SPECIFICATIONS
4.1 BACKGROUND
The purpose of this RFQ is to solicit qualified, experienced, and licensed to -,wing firms for the
provision of to,tiing services of private vehicles within the City's corporate limits, and City -owned,
leased, or rented vehicles on an as needed, when needed, basis based upon the requirements
reflected herein.
4.2 SCOPE OF WORK
The work to be performed is divided into two (2) Categories. These Categories are reflected below.
Categor- A: Police / Fire Dispatched Towing & Wrecker Services for private vehicles
To furnish to%%ing and «recker services, including all labor, materials and equipment, on an
as -need basis to the City, particularly when requested by the Miami Police and Fire -Rescue
Departments, in cases of accidents, traffic hazards, scofflaws, stolen vehicles, etc.
For the purposes of Category A, the City has been divided into five (5) geographical zones,
as depicted and described in the map attached hereto as Exhibit L The City may adjust the
zones as deemed necessary at any time during the term of the Contract after a review and
recommendation by the Towing Review Board. For tow truck/wrecker requirements and
definitions, please see Attachment D of this RFQ.
Category B: Towing of Ci!1-owned, leased, or rented vehicles
7 147 ry i4
Tmnt:nn .A n�nnyr nnll , r }✓+i��
To provide to«ing services outside of City limits on a monthly, rotational basis, for all city -
owned, leased or rented passenger vehicles, trucks or heavy equipment and boats, from point
of location to the City's Fleet Services Center, 1390 N.W. 20`' Street, Miami, Fla. Towing
requests for City owned vehicles «ithin the City of Miami limits shall be handled by the
Towing Agency on call for that day and assigned to the zone where the request is made.
Equipment used to tow shall be of a type that will not damage City vehicles towed which,
whenever possible, shall be towed on a flat bed.
10/01/99 22 F T
SO- "109
(7%.ttiami, Florida Toxuig 5emcea Mont.)
•
AIR• r f f !1 `i fi
RFQ 9S-99-1 _/
�eO(F�6 -
AGaWl-i-no -for
Fi�e�C
b
3.38 VOLUNTARY PRE -PROPOSAL CONFERENCE
All Proposers are highly encouraged to attend the voluntary pre -proposal Conference. This
conference will be held at on
. At this time, all requirements and specifications detailed in this RFQ will be
uia%.u�1ow-
Each Proposer is required, prior to submitting a Proposal, to acquaint himself f herself thoroughly,
with any and all conditions and/or requirements that may in any manner affect the work to be
performed. Allowances «rill not be made because of lack of knowledge of these conditions.
10/01/99
21
DRAFT
0 0 - 'a' J
C'!{v o! 11)ami. Fiortalcr
Tossing Services (Cont ) RFQ 9.!t-99-1-/
Points of location may be areas within the City. Miami -Dade County. and Broward County
Refer to Section 4.3 as to maximum rates established for these tows.
NOTE: All firms who seek qualification must agree to provide both Category A and Category
B services in accordance with the requirements reflected within this RFQ. Failure to agree to
provide either service in accordance with the requirements shall disqualify your firm.
43 MAXIMUM RATES ALLONVED BY CITY
The following shall be the maximum rates allowed to be charged for towing sen•ices. The rates set
forth in this section may be reviewed at the end of the first year of the term of the Contract and at
any time thereafter. by the Contract Administrator and an authorized designee of the Department of
General Services Administration. City representatives will meet with a representative from each of
the Towing Agencies tinder contract with the City prior to any.rate adjustment. As part of the
review process. City representatives shall recommend to the City Manager for his approval any
proposed rate adjustments. Should a rate adjustment(s) be approved, the Contract(s) will be
modified and Towing Contractor(s) will e so notified, in writing.
Towing rates set forth in the RFQ and subsequent Contract shall be posted in a conspicuous place in
the facility and in easily readable form at all times.
CATEGORY A: Towing of Privately owned vehicles
4.3.1. Towing Rates by Wrecker Class
Base rates shall include hookup, unlocking door if necessary, dropping of linkage, use of
dolly and towing. Mileage rate shall be allowed for each mile or fraction of a mile to all
destinations, with the exception of a City operated storage facility. Refer to Attachment D
for description of wrecker class.
Class "A"
(a) Base Rate............................................................................... 2800 70.00
(i) City Administrative Charge .............................................. S-20 00 25.00
(b) Mileage Rate -after first 5 miles ............................................ $ 3.00
Class "B"
(a) Base Rate............................................................................... $ 50.00 130.00
(i) City Administrative Charge .............................................. $ 15,00 25.00
(b) Mileage Rate -after first 5 miles ............................................. $ 3.50
Class "C"
(a) Base Rate............................................................................... $ 1-15 00 155.00
(i) City Administrative Charge .............................................. $ .15,GO 25.00
(b) Mileage Rate - after first 5 miles ........................................... $ 4.50
10/01/99 23 DRAFT
1
Ci�v of Miami. Florido Towing Services (cant.) RFO 93-99-1-1
Class "D"
(a) Base Rate............................................................................... $ : 0Q 00 180.00
(i) City Administrative Charge....... ....... $ 1500 25.00
(b) Mileage Rate - after first 5 miles ...........................
Note: Mileage fees shalt not be charged for towing a private vehicle to a city -operated
storage facility. Mileage for towing vehicles from outside City limits to City -operated
storage facility shall be based on the one-vvay distance between the pick up point, and
the closest point of entry into Miami city limits.
Additionally, Successful Proposer(s) shall not charge a fee, e.g. "gate fee," for allowing
the owner/agent to remove the released vehicle from their property or the Successful
Proposer(s) moving the vehicle to a location where the owner/agent can take possession
of the vehicle.
4.3.2. Auxiliary Charges
Any auxiliary services (e.g., low -boy tractor trailer or use of air bag recover system) are to
be performed only if required and appropriate.
(1) Low -boy Tractor Trailer............................................................ $150.00 per hr
Air Cushion Recovery ................................................................ $150.00 per hr
(2) Successful Proposer(s) Administrative Services
Basic Rate After First (24) hours ............................................... $ .3-5.00 20.00
This administrative service is not an automatic "add -on" but only when required to comply
with Florida Statutes Sections 715.05 and 713.78, and may be imposed by the Successful
Proposer(s) for administrative services. This service refers to and includes verification of
public V.I.N.; search of vehicle for ownership information; preparation and processing of
paperwork; owner/lienholder information search; preparation and mailing of the first
notification letter to owner.
All actual fees imposed by the. State for obtaining pertinent ownership information and
actual postage fees will be in addition to Section 43.1 cited above.
The actual fee required by local tag agencies or computer service access time may be added
to the above charges, but shall not exceed $2.00 per vehicle. Fees required by out of state
governmental agencies may be added to the above charges. Towing Agencies will be
required to justify the additional charges. All mailings to owners, lienholders, and
governmental agencies (for ownership/lienholder information requests), will be done by
CERTIFIED MAIL. This administrative service charge will not be imposed by the
Successful Proposer(s) during the first 24 hours of impoundment.
f
10/01/99 24 DRAFT
cyej "t69
Ci,y of .1/iami. Florida
]ir rrng Sen'rcra ecow / RrO 98-99-1-1
Failure to comply with the owner/lienholder notification provisions as required by Florida
Statutes Sections 715.05 and 711.78, shall make void anv ,and all claims of storage charges
by the Successful Proposer(s) for the impounded vehicle.
4.3.3 Hotirh, Labor Rate. The following shall be the maximum rates allowed to be
charged for lowing service. The Contract ;administrator and an authorized designee of the
Department of General ServicesAdministration may review the rates set forth in this section
at the end of the first year of the term of the Contract and at anytime thereafter. Cite
representatives \gill meet with a representative from each of the Successful Proposer(s)
under Contract with the City prior to anv rate adjustment as part of the review process. City
representatives shall recommend to the City Manager for his approval any proposed rate
adjustments. Should a rate adjustment(s) be approved, the Contract(s) will be modified and
the Successful Proposer(s) shall be notified in writing of the new rate.
The following are the maximum rates allowed to be charged for hourly labor at a scene.
Examples of charges are removal of driveline or axles, road service calls, (including battery
jump and tire change), -inching recovery (winching shall not apply when removing a
vehicle from a parking space and simple winching and retrieving to facilitate its removal),
miscellaneous calls from the City requesting services such as removal of trees, debris from
the street, etc. If an item other than a motor vehicle is towed at the request of the City, the
Successful Proposer(s) shall be paid the tow rate according to the class of the wrecker
required.
Labor rates shall be based on 15 minutes intervals, after the first thirty (30) minutes on the
scene for actual labor or waiting. and according to the wrecker class required. No fees shall
be charged for waiting time for releasing a vehicle at the City storage facility, unless the on -
site wait is in excess of thirty (30) minutes after notification of arrival.
(a)
First 30 minutes on the scene included in base hourly rate
(b)
Class "A,r
- Each 15 minute interval ..
$ ,1-ZZ GO, 17.50
- Hourly rate..............................................................
$ 62 012 70.00
(c)
Class " B"
- Each 15 minutes interval .........................................
$ 3" ;!5. 32.50
Hourlyrate..............................................................
$ 135.00-130.00
(d)
Class "C"
- Each 15 minutes interval .........................................
$ 4.0,= 3 8.7 5
- Hourly rate..............................................................
$ 1-60 00-155.00
(e)
Class "D"
- Each 15 minutes interval .........................................
$ 44�— 45.00
- Hourly rate..............................................................
$ 1-25 QQ-180.00
Note: In situations of waiting time where more than one owner of towed vehicles are
involved,
the total amount of waiting time shall be divided equally
between the owners of
towed vehicles or equipment.
10/01/99
25
DRAFT
Cin- of Altam:. Florida Towing Semces team t RFQ 9S-994-/
4.3.4 Trailer, Charges for use of boat trailer or other trailer when authorized by the
Contract :administrator. shall be in accordance with the following schedule for each
movement of yesscl size:
a Small size boat (18 feet and under) .................................... $ 50.00
(b) medium size boat (from 18 feet up to 30 feet) ................... $ 75.00
(c) Large size boat (30 feet and over) ...................................... $ 150.00
4.3.5 Underwater Recovery Services
The above listed hourly labor rates as shown in Section 4.3.3, based on 15 minute intervals.
are the maximum allowable (per hour, and according to wrecker class and service required)
for recovery from salt or fresh water. If an additional tow truck is required to perform the
recoven% the rate charged shall be the amount set forth in Section 4.3 Maximum Rates
Allowed by City-. Section 4.3.3 Hourly Labor Rate. If required, a Certified Salvage Diver
shall be provided by City.
4.3.6 Special Events/Standby Towing
The rates listed below are the maximum allowable (per hour and according to wrecker
class) for standby wreckers during Special Events.
i
When asked to provide Special Events Towing, Successful Proposer(s) shall be entitled to
i payment for the number of hours of standby time, which exceeds the number of vehicles
! towed. Standby hours shall be paid at the towing rates listed below and must be authorized
by the Police Officer in charge at the scene.
(1) Class "A"
- Hourly standby rate............................................................. $ 6800 70.00
(2) Class "B"
- Hourly standby rate............................................................. $ 130.00
(3) Class "Ct,
- Hourly standby rate............................................................. $ 155.00
(4) Class "D"
- Hourly standby rate............................................................. $ 180.00
NOTE: Successful Proposer(s) shall not charge nor shall be compensated for both standby
and regular working towing rates, if directed to remove a vehicle during a special event.
Only one or the other rate shall apply and be authorized, until the completion of the event.
(e.g. If Successful Proposer(s) works an Orange Bowl event, and is there for 4 hours and
tows 3 vehicles, it is entitled to 1 dour standby time as stated in 2 paragraph of Section
4.3.6. Firm will not be compensated towing and standby if it works the event for 4 hours and
tows 4 vehicles; firm will receive either the standby time, or the fee for each vehicle that is
towed. Firm will not get paid for 4 hours standby and also for the 4 tows).
4.3.7 Storage )[fates
r
DRAFT
10/01 /99 26
Cth' n/ AhaMi. Florida
RFO QS-99-1 -1
10/01/99
Daily rates for all vehicle storage arc based on a 24-hour day. The daily rate shall apply
according to the type of vehicle stored. Storage will oniv be assessed to owner of vehicle
when notified. as provided by Florida State Statutes 715.05 and 713,78.
The following are the maximum allowable rates:
(1) :any Vehicle - If released &rinL the first six (6) hours No charge
(2) Nlotorcvcics - Daily rate ..................................................... $ 12.00
0) Passenger Vehicles - Daily rate... ....................................... $ 20.00
(Less than 20 feet in length and 8 feet in width)
(4) Larger Vehicles - Daily rate ............................................... $ 35.00
(Including trucks over 3/4 ton. boats, (one charge, with or without trailers), trailers,
etc.) Note: Vehicle must be over 20 feet in length.
(5) Inside storage - An additional $5.00 per day may be charged for inside storage
upon the written direction of the City Enforcement Officer on the tow slip, or with
the signed consent of the owner.
(6) Use of Overflow Storage Area - Successful Proposer(s) shall not make any extra
charge to customer retrieving a vehicle from an overflow storage area. Successful
Proposer(s) may either bring a vehicle, which is stored in an overflow lot to the
customer at the main office and storage area, or transport owner/designee to the
overflow storage area to retrieve velucle. There shall be no charge for this service.
4.3.8 Towing of Multiple Vehicles, Jet Skis, Engines, etc.
A separate pound slip shall be completed on each vehicle or item and Successful Proposer(s)
shall be entitled to the specified tow fee for the required class wrecker on each vehicle or
item.
4.3.9 Towing of Vehicles and Boats located within City's Auto Pound
Towing of vehicles and boats within the City's Auto Pound, located at 300 N.W. 7`h Street,
shall be provided by the Successful Proposer(s) awarded that zone. The rates for any tows in
the Auto Pound shall not exceed the labor rates specified in Section 4.3.3 Hourly Labor
Rate. Firm shall respond only upon the receipt of a call for service by the City and shall be
compensated accordingly.
CATEGORY B : Towing of City -owned, leased, or rented vehicles
Towing fees shall be based upon a flat rate, all -encompassing fee for each specified area.
Included in the fee is 15 minutes of wait time and any special equipment such as, but not
limited to, dollies. The fees listed below are maximum amounts to be paid to Successful
Proposer(s) by the City.
Tows within City. 30 min. maximum response time ................................. $''1" 00 No charge
Tows within Miami -Dade County, outside City, I hr. response time ....... $:a..w 20.00
Tows within Broward County, I hr. 30 min. response time ......................$a.°,AA 33.00
Tows other than in Miami -Dade or Broward County ..................$32.09 33.00 plus mileage
Towing of City Owned Boats..................................................................................$ 75.00
Hourly wait time, paid on half-hour intervals........................................................ $ I5.00
MileageRate........................................................................... .t. ....... I................... $ 2.50
27 DRAFT, to
z
City of '.lhamr. Florida Tosving .SeMces tennt.t `' RPQ 0S-99-/ `1
Class •C' (1 30 min. on scene)............................................................... ............... $ 75.00
Class`D' (1, 30 min. on scene)..............................................................................$ 90.00
Lou-boy.'Landoll (Rate / hr. from initial departure) ............................................... $ 75.00
Heave Dut- hourly wait time paid on `,; hour intervals ....................... $ 18.75
The mileage rate shall be one-wvay beginning at either the northern Broward Countyline or
the southern 1\liami-Dade Countyline. The mileage rate for heavy-duty tows shall begin
outside of City of Miami jurisdiction. The mileage rate shall be added to the flat fee of
$14 00 33.00 for tows outside of Miami -Dade or Brow•ard County (. g.-.a
u?w-taw fee (e.g. a vehicle is located in Boca Raton, Palm Beach
County. 15 miles one way from the Broward Countyline. The tow fee would be $4,Q4
33.00 plus 15 times the mileage rate of $2.50 for a total of S�5 50 70.50).
Boat Towing
Boat tows will be based on trailerable boats up to 30 feet and priced on the flat City rate
listed in Category B: Tower of City -owned. leased, or rented Vehicles, plus one-way
mileage if towed from outside the City limits at the pickup point (location of disabled boat).
NOTE: QUALIFIED TOWING AGENCIES MUST AGREE TO PERFORM CATEGORY B
SERVICES FOR CITY OWNED, RENTED, OR LEASED VEHICLES TO QUALIFY TO
PROVIDE TOWING SERVICES UNDER THIS RFQ.
4.4 SUBMISSION REQUIREMENTS
The following documents, as a minimum, are to be submitted as part of the Response to this
RFQ. Proposer must:
1. Provide references of their relevant experience from at least three (3) business entities for whom
it has performed towing and storage services, listing the name of the organization, contact
person, address and telephone number, during the past three (3) years. References are subject to
verification as part of the qualification process.
2. Detail the physical location where Proposer's office and storage facility are located.
3. Provide evidence of ownership or I" party lease valid for the life of this contract for all facilities.
4. Clearly identif}, which zone(s) the Proposer is seeking to qualify to provide Category A towing
services.
S. Provide evidence of its ability to post a Letter of Credit in the amount of $10,000, in accordance
with the requirements of this RFQ. This evidence may be in the form of a letter from Proposer's
bank / financial institution.
6. Provide its most recent certified business financial statement as of a date not earlier than the end
of the Proposer's preceding official tax accounting period, together with a statement in writing,
signed by a duly authorized representative, stating that the present financial is materially the
same as that shown on the balance sheet and income statement submitted, or with an explanation
for a material change in the financial condition, plus provide a Pro -Forma Income Statement
for the last three (3) years. A copy of the most recent business income tax return will be
accepted if the certified financial statement is unavailable.
7. Completed Response, including a1,1 required forms included with this RFQ.
10/01/99 28 D R A t", T
_ l J, ...
Ctn,ofMiami. Florida T(111In' SrrVICCS cont) RFQ 93-99•1�1
8. Copy of Current Cite & County Occupational License(s). where applicable
9. Cope of Current City and Count• Towing Licenses. where applicable
10. Copy of Current Citv and County Inside & Outside Storage Licenses
11. Completed Application for Wrecker Contract (Attachment B)
12. State of Florida Corporate Certification. or equivalent
13. List of full-time employees by name, title. race/ethnicity/gender.
14. Evidence of Vehicle Registration(s) or evidence of ownership or possession of first party lease
for vehicles.
15. All information requested as part of a Response to Minimum Qualifications, Section 3.6.
16. List of subcontractor(s), if applicable, and description of work to be performed.
17. Completed Insurance Requirement form.
18. Completed Vendor Background Information form.
19. Completed Minority/Women Business Affairs Registration Affidavit
20. Completed Primary Office Location Affidavit.
21. Affirmative Action Policy / Plan.
22. Debarment and Suspension Certificate.
23. Completed Statement of Compliance with Ordinance No. 10032.
FAILURE TO SUBMIT THE ABOVE DOCUMENTS MAY DISQ►UALIF'Y YOUR FIRM.
10/01 /99 29
L
DRAFT
a
Cit►, oftliami, Florida towing Semites (cont.)
LIST OF ATTACHMENTS
A. DRAFT AGREEMENT
D. APPLICATION FOR WRECKER CONTRACT
C. TOWING ZONES FOR CATEGORY A TOWING SERVICES
D. TOW TRUCK ! WRECKER DEFINITIONS AND REQUIREMENTS
E. COPY OF MIAMI POLICE TOW LOG
F. MIAMI POLICE ADMINISTRATIVE PRIOR MONTH RELEASE
REPORT
G. MIAMI POLICE TOWING ADMINISTRATIVE FEE REMITTANCE
REPORT
L
i DRAFT
10/01/99 30
City of Miami. Florida Toa rnq ,Services (cont.l �
RFQ 98-99-1-1
CITY OF MIAMI TOWING[WRECKER AGREEMENT
(DRAFT)
THIS AGREEMENT, made and entered into this day of ,
199r by and between the City of Miami, a municipal corporation of the State of Florida, hereinafter
referred to as "CITY" and (a State of Florida corporation), (a
partnership), (a sole proprietorship), or (other), hereinafter referred to as "TOWING AGENCY".
SECTION I - TERM OF AGREEMENT:
The term of this Agreement shall be three (3) years commencing thirty (30) days after its execution
by the City Manager. The City shall have the option to extend the term for two (2) one-year renewal
periods, at the City's sole discretion.
WHEREAS, on _ , the City Commission, via Resolution No. 99-
authorized the City to award a contract to the above Towing Agency, pursuant to the terms and
conditions of Request for Qualifications, RFQ No. 98-99-171, (the "RFQ"), for the provision of
towing services (the "Services") as more specifically described in the RFQ which by this reference
is incorporated into and made a part of this agreement; and
Whereas, the Towing Agency was awarded a contract by the City Commission, to provide
the Services for Zone _, which is described in Attachment C hereto; and
Whereas, the parties hereto wish to set forth the terms and conditions pursuant to which
Towing Agency shall perform the services.
Now, therefore, in consideration of the foregoing and the mutual covenants contained herein, City
and Towing Agency agree as follows:
Section Il - SERVICES:
At the request of the City made in accordance with this Agreement, the Towing Agency shall
perform the services as described herein and in the special conditions of the RFQ for Zone
Requests for services shall be made by telephone or by any one of the following City departments:
(a) The "Complaint Center" of the Miami Police Department
(b) Fire, Rescue and Inspection Services ("FRI")
(c) Department of General Services Administration & Fleet Management Division ("FLEET")
All requests generated by the FRI and FLEET departments must be authorized by the chief and
director of the departments, or their authorized designees. Towing Agency, however, shall have the
right to assume upon receipt of the requests, that the same has been authorized as herein
provided
SECTION Ili - TOWING REVIEW BOARD:
There shall be established a Towing Review Board, to evaluate any controversy or claim arising
out of/or related to this Agreement. The board shall consist of (5) members and an alternate, to be
t
10/01/99 31
DRAFT
t
(-Nr r)% thum;. ? lo'l a 70wing Serl-a-rs Wont I Hl-'o 9!+'-99-/ -/
appointed as follows: a staff person appointed by the Director of the Police Department; a
Supervisor frorn the Field Support Section; a staff person appointed by the General Services
Administration and Solid Waste Department, one representative and an alternate selected by and
among Towing Agencies having a contract with the City, and an independent party to be selected
by the City Manager. Operational procedures of the Board shall be developed by the City.
SECTION IV - PERFORMANCE STANDARDS:
Towing Agency must adhere to the following specific performance procedures and standards:
(1) Towing Agency must maintain personnel to operate towing equipment and storage facilities
twenty-four (241 hours a day, seven (7) days a week, and respond to calls for service from
i
the City. (Note: requests may come also from FIRE & FLEET)
i
(2) Towing Agency shall have sufficient personnel to staff the facility 7 days a week from 8 a.m.
to 7 p.m., for the purpose of re!easing vehicles to owners, and also agrees to provide for the
special release of vehicles twenty-four (24) hours a day, seven (7) days a week at the
request of a Miami Police Department shift commander for emergency purposes only.
(3) Towing Agency shall provide service within Zone and to other zones as requested in
accordance with Section X1 of this Agreement.
(4) Tow trucks must proceed to the scene immediately after Tow Agency receives the correct
address from the person making the request by telephone or radio. Thirty (30) minutes is
the maximum allowable response time, however, considerations may be given to traffic
conditions, which could result in delays. Should Towing Agency anticipate delay beyond
thirty (30) minutes due to traffic conditions, Towing Agency shall advise the source of the
request of the estimated time of arrival.
(5) Repeated and unjustified failure of a Towing Agency to respond within thirty (30) minutes
from receipt of request may be deemed to be a demonstrated unwillingness or inability to
provide the Service as herein required, and may be subject to the provisions contained in
Sections XXI and XXIV of this Agreement.
(6) All personnel operating tow trucks shall be qualified and experienced in handling equipment
safely on the scene, and in going to and from the scene. Each employee shall have in his
possession a City of Miami Identification Card, a copy of which shall be on record with the
City of Miami Police Department. All tow truck operators shall have a current valid Florida
Commercial Drivers License, according to the type of vehicle they are operating.
(7) Tow truck operators shall comply with all applicable state, county and city regulations and
ordinances at all times.
(8) Tow truck operators shall impound any vehicle or item at the request of the Miami Police
Department. The tow truck operator shall abide by the decision of the police officer at the
scene.
(9) Tow trucks shall not use rotating beacons when proceeding to a call unless authorized by
the police dispatcher,
10/01/94 32 DRAFT
L
On- o hamt. 1-7nri,kt lotting Services WOW XFO 9`i-99.1 -1
(10) Rotating beacons shall be used at the scene, and when towing vehicles from the scene only
if towed vehicle represents a hazardous condition. Sirens on wreckers are prohibited.
(11) Towing Agency shall not remove vehicles involved in accidents prior to the arrival of a
police unit, and only with the permission of the assigned police unit.
(12) Tow truck operators shall be responsible for removing glass and/or other debris from the
street as a result of a traffic accident to which said operator is responding This debris shall
be placed in a suitable container and removed by tow truck operator and shall not, in any
case, be left at curbside. Tow truck operators shall be directed in this task by the police unit
assigned the call.
(13) Towing Agency shall use equipment of a type, which shall not damage City vehicles towed,
and whenever possible shall be towed on a flat bed.
(14) Towing Agency shall assume all responsibility for damage done to a vehicle towed, or to be
towed, during the performance of the services and while vehicles are stored at the agency's
place of business in accordance with Florida Statute 713.78.
(15) Towing Agency shall not make any repairs to any towed vehicle without the express
consent of the owner of the vehicle.
(16) Towing Agency's. file shall contain a list of all vehicles on the premises, copies of all
itemized bills, copies of notices sent to vehicle owners and proof of mailing as required by
law and this agreement, records of payment by customers, records of payment to City, and
Driver License Motor Vehicle reports on all tow truck operators. This file must be kept
current and available for inspection by City at all times.
(17) Towing Agency shall remain equipped and shall comply with all requirements set forth in the
RFQ throughout the entire term of this Agreement.
(18) Towing Agency office and storage area must remain at the location stated by the agency
when this contract was awarded, unless specific written approval for a relocation of the
office and/or the storage area is received from Department of Police, Traffic Division,
Wrecker Detail.
(19) Towing Agency shall be responsible to notify the City of Miami, Department of Police,
Complaint Center when it is not available to service a request within its zone.
(20) Towing Agency shall invoice the City immediately after a tow has been performed and shall
include copies of the individual tow slips, date, time, location to and from, vehicle number,
tow truck driver's name and signature, receiving City employee's signature and any other
information.
(21) Towing Agency shall provide adequate insurance coverage as indicated below, in Section
XL.
(22) The Police Wrecker Detail shall be advised of any vehicles with hold orders that are stored
at the towing companies impound lot within 72 hrs. of the tow. Failure to make such
I
10/01/99
33
DRAFT
Otv oj,thamt. Florida Tolwq St -races (cont t RF0 9.S49-1 -1
notification shall void any storage fees over three (3) days that may be charged to the
owner of the vehicle.
(23) Once the Towing Agency has been notified that they are not in compliance with the towing
contract, they have ten (10) days to bring their company into compliance.
SECTION V - CANCELLATION OF TOWING SERVICE:
City reserves the right to cancel a service request to the Towing Agency at any time up to time of
hookup without charge. Such cancellation shall be made by the same source that generates the
request, as listed in Section 11 of this Agreement. Cancellation may also be authorized at the scene
by a police officer.
In the event a hookup has taken place and it is necessary to drop the vehicle prior to commencing
a tow, then the Towing Agency shall have the right to charge for this service an amount not
exceeding one-half the regular towing rate, according to the class of tow. In the event the owner
could drive his/her automobile, and the only service needed from the Towing Agency is to pull the
bumper or fender not exceeding one-half the regular towing rate, according to the class of tow may
be made. No City administrative charge may be made for these services.
SECTION VI - ZONE BOUNDARIES:
Towing Agency shall be responsible to notify all personnel at their company of the specific zone
boundaries, which has been assigned to their zone. Any unauthorized towing outside of their zone
that is verified shall result in an immediate loss of five (5) future calls for service for every
unauthorized call that is run and shall be given to the company who lost the tow. Additionally, if the
Towing Agency is off rotation for that day and receive any towing requests, they shall advise the
City to notify the on -call -rowing Agency. Continued violations of this section shall subject them to
the penalties as stated in section XXI of this agreement. if a tow truck driver is stopped by an officer
or a citizen he shall not tow the vehicle unless verification is made by the Miami Police Complaint
Center that the location is assigned to the tow company's zone and more specifically, the case
number is assigned to the Towing Agency reporting area.
SECTION VII- TOW TRUCK DRIVER SOLICITATION:
Drivers are prohibited from stopping at accident scenes and soliciting the public. If it is verified that
a driver has solicited a call outside of their assigned zone the company will be penalized in
accordance with Section VI. If the Towing Agency elects to continue to employ the driver, any
subsequent violations by the same driver shall result in a double penalty in accordance with
Section VI.
SECTION VII - EMPLOYEES OF TOWING AGENCY:
All persons employed by the Touring Agency (including principals, agents, and employees) are
required to be fingerprinted and photographed, and shall receive identification cards issued by the
City of Miami, which must be renewed annually. Each Towing Agency shall supply to City a list of
its personnel prior to being eligible for request for service. The Towing Agency shall immediately
give notice to the City of any change in its personnel. Such notification shall be given to the City of
Miami Police Department within 72 hours of such change.
SECTION Vlll - STORAGE AREAS:
Qualifying storage facilities and offices shall be contiguous to another and shall not be more than
seven hundred and fifty (750) feet apart. Towing Agency may use additional properties for
overflow storage, which may not be more than one (1) mile away from qualifying property.
1010 t /94 34 DRAFT.,-,_
l-rn 001tanrr_ I Inrtiia Towing Seri -ices tcont 1 RFO 9S-99.1 -1
Qualifying property must have at least one hundred (100) outside and two (2) inside storage
spaces.
All Towing Agency's storage areas must conform to all existing and City of Miami zoning
requirements. All impounding vehicles and towing vehicles and equipment at Towing Agency's
storage site shall be kept within the confines of the facility and not upon the public streets,
sidewalks, or public property, with the exception of loading and unloading of vehicles.
At City's sole discretion, Towing Agency may be directed to tow a vehicle to a City storage facility.
Towing Agency may also be required to move one vehicle from one location to another within the
City facility, at the direction of a designated City employee. Each such move shall be charged to
the responsible City department, in accordance with the rates set forth in Section XVI, E, of this
Agreement.
Towing Agency storage areas must display identifying signs clearly visible from the street, in
conformance with zoning regulations, to enable its easy location. The company name shall be
displayed in letters no less than 12 inches in height.
During normal business hours, the owner of a stored vehicle or designated representative shall be
allowed to view vehicle after providing proper documentation of ownership or representation.
Vehicle owners must be allowed to inspect their vehicles and remove their personal possessions
not attached to vehicle and without the requirement of a waiver for payment as a condition of
releasing vehicles. Any other requests shall be left to the discretion of Towing Agency. Towing
Agency shall not charge any storage and/or administrative fee for an owner or designee to recover
items from stored vehicle.
Impounded vehicles shall only be released if a citizen provides "Proper Documents" necessary for
the release of a vehicle. "Proper Documents" are defined as proper photo identification of the
individual (driver's license preferred) and registration or title for the vehicle. If the individual is not
the owner, a notarized letter from the owner authorizing vehicle release must be submitted making
that individual the designee.
Towing Agency must provide security for impounded vehicles and assume responsibility for any
articles of value left in the vehicle and listed on the Vehicle Storage Receipt or Towing Report.
Towing Agency agrees to replace any such article(s) or stolen parts from the vehicle or
compensate the vehicle owner upon verification of the loss by the designated investigative officer of
the Miami Police Department.
Upon arrival of a vehicle at the storage facility, the storage facility personnel shall verify the
inventory of contents of the vehicle as listed on the Vehicle Storage Receipt and/or Towing Report.
Discrepancies shall -be reported immediately to the Miami Police Complaint Center, and the Police
Wrecker Detail,
In no event shall Towing Agency be authorized to release vehicles from its storage lot with
outstanding charges due, without prior permission of the Wrecker Detail or a Miami Police shift
commander.
SECTION IX - CITY -VEHICLE TOWING SERVICE:
If requested, Towing Agency shall provide towing services for all City -owned, leased or rented
passenger vehicles, light trucks (3/4 ton or less) and boats. All vehicles shall be towed generally to
10/01i99 35 DRAFT
j 13
IN
Cin• Of ,Alarm. Florccla ToWing Services (Cont ) RFO 98-99-1-1
Fleet Services Center, located at 1390 NW 20 Street, unless otherwise indicated by City of Miami
Communications section or the Fleet Services Center
SECTION X - EXCEPTIONAL TOWING SERVICE. -
If required for proper processing of investigation, at the direction of the Police Department, Towing
Agency may be required, while at a City facility, to move a vehicle to a designated area for
processing. Each such move shall be charged to the Police Department in accordance with
Section XVI, E, of this Agreement.
SECTION XI — SPECIAL EVENTS / SPECIAL OPERATIONS TOWING:
The Towing Agency assigned to the zone within which the Special Event or Special Operation is
taking place, shall have the first opportunity to provide the equipment necessary to service the
event. Should an additional Towing Agency be required to provide service, other Towing Agencies
from nearby zones may be called upon by the Police Department to provide service. When
requested, all Towing Agencies shall be required to provide at least one (1) Class "A" Wrecker for
Special Events.
Special events or special operations shall include Orange Bowl Events, parades, D.U.I. roadblocks,
various drug and prostitution stings, etc.
When asked to provide Special events towing, Towing Agency shall be entitled to payment for the
number of hours of standby time, which exceeds the number of vehicles towed. Standby hours
shall be paid at the applicable towing rate and must be authorized by the Police Officer in charge at
the scene.
NOTE: TOWING AGENCY SHALL NOT CHARGE (NOR SHALL BE COMPENSATED) FOR BOTH
STANDBY AND REGULAR WORKING TOWING RATES, IF DIRECTED TO REMOVE A VEHICLE
DURING A SPECIAL EVENT. ONLY ONE OR THE OTHER SHALL APPLY AND BE
AUTHORIZED, UNTIL THE COMPLETION OF THE EVENT.
SECTION XII - INSPECTION OF FACILITIES AND/OR EQUIPMENT:
The City of Miami Police Department shall have the right to inspect facilities and/or equipment at
any time during the term of this agreement as deemed appropriate by City.
Towing Agencies shall have all required equipment in the RFQ at all times during the term of this
agreement.
SECTION XIII - LICENSES, PERMITS, ETC:
Towing Agency shall comply with all applicable laws, including without limitation, with the City of
Miami Code, Chapter 42, Article V. Towing Agency, must possess a valid current license from 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., required by Dade County
code to operate said Towing Agency.
All licenses, permits, etc. must be kept valid throughout the terms of this Agreement.
SECTION XIV - COMPLAINTS AGAINST TOWING AGENCIES:
In the event a complaint by a member of the public is filed against any Towing Agency, the
department receiving the complaint shall notify the Wrecker Detail, who shall then notify the Towing
Agency. If the complaint is in written form, a copy shall be furnished to the Vowing Agency upon
10/01 /99
36 DRAFT
L
On-of.tham,, Norida Tosving Servicestcont.! RFO 98-99-1-1
request, at no cost. A written reply to the complaint must be forwarded by Towing Agency to the
Wrecker Detail of the Miami Police Department, within five (5) working days after its receipt. The
complaint may be evaluated by the Towing Review Board to determine if it should be the basis of
suspension or termination. Files shall be kept by the Towing Review Board about Towing Agencies
complaints.
SECTION XV - COMPLAINTS FROM TOWING AGENCIES:
Any complaints from Towing Agencies concerning city employees shall be forwarded to the
Wrecker Detail of the Miami Police Department for investigation, and a written reply shall be made
to Towing Agency within fifteen (15) working days of receipt by the Wrecker Detail.
SECTION XVI - MAXIMUM PLATES:
The following shall be the maximum rates allowed to be charged for towing services. The rates set
forth in this section may be reviewed at the end of the first year of the term of the Contract and at
any time thereafter, by the Contract Administrator and an authorized designee of the Department of
General Services Administration. City representatives will meet with a representative from each of
the Towing Agencies under contract with the City and prior to any rate adjustment. As part of the
review process, City representatives shall recommend to the City Manager for his approval any
proposed rate adjustments. Should a rate adjustment(s) be approved, the Contract(s) will be
modified.
Towing rates set forth in the RFQ and subsequent Contract shall be posted in a conspicuous place
in the facility and in easily readable form at all times.
CATEGORY A : Towing of Privately owned vehicles
16.1. Towing Rates by Wrecker Glass
Base rates shall include hookup; unlocking door if necessary, dropping of linkage, use of
dolly and towing. Mileage rate shall be allowed for each mile or fraction of a mile to all
destinations, with the exception of a City operated storage facility as noted below. Refer to
f
Attachment D for description of wrecker class.
Class "A"
(a)
Base Rate ................ ............................................................
$ DSO 70.00 '
..... .. . 0
(i) City Administrative Charge ..............................................$ 20,0 25.00
(b)
Mileage Rate -after first 5 miles
............................$ 3.00
Class „B„
(a)
Base Rate ........ .................................................................... $ 150-00 130.00
.. 0
(i) City Administrative Charge ..............................................$
45,0 25.00
(b)
Mileage Rate -after first 5 miles
...$ 3.50
}
Class
"C"
(a)
Base Rate ...... ......................................................................
$ 375 Go 155.00
r
0 i
(i) City Administrative Charge ..............................................$
f
150 25.00
(b)
Mileage Rate - after first 5 miles
....................... $ 4.50
f
r
k
37 DRAFT
10/01/99
f f
Cily of Miami, Florida Towing Seri -ices (cont) RFQ 98-99-1-1
Class "D"
(a) Base Rate ... .................................. .......................... ............ $ 200.00 180.00
AgeRGy
0
i (i) City Administrative Charge ........................ ..................... 150 25.00
i (b) Mileage Rate - after first 5 miles .........................................$ 4.50
I
Note: Mileage fees shall not be charged for towing a private vehicle to a city -operated
storage facility. Mileage for towing vehicles from outside City limits to City -operated storage
i facility shall be based on the one-way distance between the pick up point, and the closest
point of entry into Miami city limits.
i
Additionally, Towing Agency shall not charge a fee, e.g. "gate fee," for allowing the
owner/agent to remove the released vehicle from their property or the Towing Agency
moving the vehicle to a location where the owner/agent can take possession of the vehicle.
10/01/99
16.2. Auxiliary Charges
Any auxiliary services (e.g., low -boy tractor trailer or use of air bag recover system) are to
be performed only if required and appropriate.
(1) Low -boy Tractor Trailer...........................................................$150.00 per hr
Air Cushion Recovery ..............................................................$150.00 per hr
(2) Towing Agency Administrative Services
Basic Rate After First (24) hours ..............................................$ 950 20.00
This administrative service is not an automatic "add -on" but only when required to comply
with Florida Statutes Sections 715.05 and 713.78, and may be imposed by the Towing
Agency for administrative services. This charge refers to and includes verification of public
V.I.N.; search of vehicle for ownership information; preparation and processing of
paperwork; owner/lienholder information search; preparation and mailing of the first
notification letter to owner.
All actual fees imposed by state for obtaining pertinent ownership information and actual
postage fees will be in addition to Section 16.1 cited above.
The actual fee required by local Tag Agencies or computer service access time may be
added to the above charges, but shall not exceed $2.00 per vehicle. Fees required by out
of state governmental agencies may be added to the above charges. Towing Agencies will
be required to justify the additional charges. All mailings to owners, iienholders, and
governmental agencies (for ownership/lienholder information requests), will be done by
CERTIFIED MAIL. This administrative service charge will not be imposed by the Towing
Agency during the first 24 hours of impoundment.
Failure to comply with the owner/lienholder notification provisions as required by Florida
Statutes section 715.05 and 713.78, shall make void any and all claims of storage charges
by the Towing Agency for the impounded vehicle.
16.3 Hourly Labor Rate. The following shall be the maximum rates allowed to be
charged for towing service. The Contract Administrator and an authorized designee of the
Department of General Services Administration may review the rates set forth in this section
38 DRAFT,,
AF
00- of Miami. Finrrd,t
10/01/99
7mt ing Sen im wnru I
RFO 98-99.1-1
at the end of the first year of the term of the Contract and at anytime thereafter. City
representatives will meet with a representative from each of the Towing Agencies under
contract with the city prior to any rate adjustment as part of the review process. City
representatives shall recommend to the City Manager for his approval any proposed rate
adjustments. Should a rate adjustment(s) be approved, the Contracts) will be modified and
the Towing Agencies shall be notified in writing of the new rate.
The following are the maximum rates allowed to be charged for hourly labor at a scene.
Examples of charges are removal of driveline or axles, road service calls, (including battery
jump and tire change), winching recovery (winching shall not apply when removing a
vehicle from a parking space and simple winching and retrieving to facilitate its removal),
miscellaneous calls from the City requesting services such as removal of trees, debris from
the street, etc. if an item other than a motor vehicle is towed at the request of the City, the
Towing Agency shall be paid the tow rate according to the class of the wrecker required.
Charges for these services shall be based on 15 minutes intervals, after the first thirty (30)
minutes on the scene for actual labor or waiting, and according to the wrecker class
required. No fees shall be charged for waiting time for releasing a vehicle at the City
Storage facility, unless the on -site wait is in excess of thirty (30) minutes after notification of
arrival.
(a)
First 30 minutes on the scene
included in base rate
(b)
Class "A"
- Each 15 minute interval ..........................
I .............. $ 47.0
17.50
- Hourly rate.............................................................$
680
70.00
(c)
Class "B"
- Each 15 minutes interval ........................................$
3275
32.50
- Hourly rate.............................................................$
4,3E Do
130.00
(d)
Class "C"
- Each 15 minutes interval ........................................$
40-0
38.75
- Hourly rate ................ ............................................. $ 460,E
155.00
(e)
Class "D"
- Each 15 minutes interval ........................................$ 46:2a
45.00
- Hourly rate.............................................................$
465,00
180.00
Note: In situations of waiting time where more than one owner of towed vehicles are
involved, the total amount of waiting time shall be divided equally between the owners of
towed vehicles or items.
16.4 Trailer. Charges for use of boat trailer or other trailer when authorized by City
Enforcement.Officer, shall be in accordance with the following schedule for each movement
of vessel size:
(a) Small size boat (18 feet and under) ..................................$ 50.00
(b) Medium size boat (from 18 feet up to 30 feet) ...................$ 75.00
(c) Large size boat (30 feet and over) .................................... $ 150.00
16.5 Underwater Recovery Services
The above listed hourly labor rates as shown in Section 4.3.3, based on 15 minute intervals,
are the maximum allowable (per hour, and according to wrecker class and service required)
39 DRAFT
C'E ff � '6• � '1<:)
e.f cl
L
City ey lllaml f70rrdo T,nrrnk Nt'' ices fcow i RFO 98-'l9-1 -i
for recovery from salt or fresh water. If an additional tow truck is required to perform the
recovery, the rate charged shall be the amount set forth in Section 4.3 Maximum Rates
Allowed by City, Section 4.3.3. If required, a Certified Salvage Diver shall be provided by
City.
16.6 Special Events/Standby Towing
The rates listed below are the maximum allowable (per hour and according to wrecker
class) for standby wreckers during Special Events.
When asked to provide Special Events Towing, Towing Agency shall be entitled to payment
for the number of hours of standby time, which exceeds the number of vehicles towed.
Standby hours shall be paid at the towing rates listed below and must be authorized by the
Police Officer in charge at the scene.
(1) Class "A"
- Hourly standby rate ............. ................................. :........... $ MCA 70.00
(2) Class "B"
- Hourly standby rate.......................................................... $ 130.00
(3) Class "C"
- Hourly standby rate.......................................................... $ 155.00
(4) Class "D"
- Hourly standby rate.......................................................... $ 180.00
NOTE: Towing Agency shall not charge nor shall be compensated for both standby and
regular working towing rates, if directed to remove a vehicle during a special event. Only
one or the other rate shall apply and be authorized, until the completion of the event.
16.7 Storage Rates
Daily rates for all vehicle storage are based on a 24-hour day. The daily rate shall apply
according to the type of vehicle stored. Storage will only be assessed to owner of vehicle
when notified, as provided by Florida State Statutes 715.05 and 713.78.
The following are the maximum allowable rates:
(1) Any Vehicle - If released during the first six (6) hours No charge
(2) Motorcycles - Daily rate... ................................................. $ 12.00
(3) Passenger Vehicles - Daily rate ........................................$ 20.00
(Less than 20 feet in length and 8 feet in width)
(4) Larger Vehicles - Daily rate ...............................................$ 35.00
(Including trucks over 3/4 ton, boats, (one charge, with or without trailers),
trailers, etc.) Note: Vehicle must be over 20 feet in length.
(5) Inside storage - An additional $5.00 per day may be charged for inside storage
upon the written direction of the City Enforcement Officer on the tow slip, or with
the signed consent of the owner.
(6) Use of Overflow Storage Area - Towing Agency shall not make any extra charge to
customer retrieving a vehicle from an overflow storage area. Towing Agency
may either bring a vehicle, which is stored in an overflow lot to the customer at
the main office and storage area, or transport owner/designee to the overflow
storage area to retrieve vehicle. There shall be no charge for this service.
r
10/01/99 40 DRAFT
L-
C itr of-111ami. Forida
Ti)+s-JPJX Jen•rces tcancl RFQ 98-99.1-1
16.8 Towing of Multiple Vehicles, Jet Skis, Engines, etc.
A separate pound slip shall be completed on each vehicle, or item, and towing company
shall be entitled to the specified tow fee for the required class wrecker on each vehicle or
item.
16.9 Towing of Vehicles and Boats located within City's Auto Pound
Towing of vehicles and boats within the City's Auto Pound, located at 300N.W. 7"' Street,
shall be provided by the Towing Agency awarded that zone. The rates for any tows in the
Auto Pound shall not exceed the labor rates specified in Section 4.3.3. Firm shall respond
only upon the receipt of a call for service by the City and shall compensate Towing Agency
accordingly.
CATEGORY B : Towing of City -owned, leased, or rented vehicles
Towing prices shall be proposed based a fiat rate, all -encompassing fee for each specified
area. Included in the fee is 15 minutes of wait time and any special equipment such as, but
not limited to, dollies. The prices listed below are maximum amounts to be paid to Towing
Agency by the City.
Tows within City, 30 min. maximum response time..............................$-24-00
No charge
Tows within Miami -Dade County, outside City, 1 hr. response time .... $45=.
20.00
Tows within Broward County, 1 hr. 30 min. response time..................$-38=
33.00
Tows other than in Miami -Dade or Broward County .............$ -38 0 33.00
plus mileage
Towingof City Owned Boats ...... .............................................................................
$ 75.00
Hourly wait time, paid on half-hour intervals............................................................
$ 15.00
MileageRate ..................... ........................................................................................
$ 2.50
Class "C" (V" 30 min. on scene)...............................................................................$
75.00
Class "D" (1 m 30 min. on scene) .................................................... ...........................
$ 90.00
Lowboy/Landoll (Rate / hr. from initial departure) ...................................................
$ 75.00
Heavy Duty hourly wait time paid on '/. hour intervals .............................................
$ 18.75
The mileage rate shall be one-way beginning at either the northern Broward Countyline or
the southern Miami -Dade Countyline. The mileage rate for heavy-duty tows shall begin
outside of City of Miami jurisdiction. The mileage rate shall be added to the flat fee of
33.00 for tows outside of Miami -Dade or Broward County
(e.g. a vehicle is located in Boca Raton, Palm Beach
County, 15 miles one way from the Broward Countyline. The tow fee would be $3.:.08
33.00 plus 15 times the mileage rate of $2.50 for a total of SZ5,,50 70.50).
Boat Towing
Boat tows will be based on trailerable boats up to 30 feet and priced on the flat City rate
listed in Category B: Towing of City -owned vehicles, plus one-way mileage if towed from
outside the City limits at the pickup point (location of disabled boat).
SECTION XVII - APPLICABILITY OF RATES AND CHARGES
All above rates shall remain as stated or as accepted by City, except where unusual circumstances
warrant change. Charges for services not covered by this Agreement shall be calculated at a
compensatory rate of special equipment rental plus the hourly labor rate established herein. Use of
4
10/01/99
41
DRAFT
ti_
CI (A of 1/purr,. l ifol1mg St-r1l"rs /"Orrl
special equipment shall be restricted to unusual circumstances and must be approved in writing by
the officer on the scene.
The rate structures applied and charged by Towing Agency shall depend upon requirements of the
vehicle(s) to be removed, and upon the needs and conditions of the particular situation to which
Towing Agency is called, regardless of the actual tow truck and/or equipment used. The class of
wrecker and type of equipment to be dispatched shall be the responsibility of the officer on the
scene, the complaint sergeant or other designated City representative. Situations, which require
the removal of various vehicle parts. shall be charged at the hourly rate of the equipment used.
SECTION XVIII - BILLING
Towing Agency agrees to (a) itemize fully all bills on standard forms acceptable to City, (b) number
all bills to correspond with the Miami Police department Vehicle Storage Receipt number and (c)
keep copies of all bills and invoices on file for a minimum of three years. Copies of all bills shall be
provided to the City upon request.
Itemization of bills shall include a detailed description of the type of services performed and/or
equipment used, conforming to the descriptions and wording provided herein (i.e., Class "A" Base
Rate, Additional Mileage, Hourly Labor Rate, Dollies, etc.) When bringing vehicle to Towing
Agency storage facility, Towing Agency shall note arrival and departure times on vehicle tow slip.
SECTION XIX - COLLECTION AND PAYMENT
All payments due to the Towing Agency shall be made by vehicle owner or his/her designee, upon
receipt of itemized bills for services rendered. The City shall have no liability whatsoever for
payment to Towing Agency. When presented with proper identification, Towing Agency shall
accept payment for charges from the vehicle owner or authorized representative in any of at least
two of the three following forms:
(1) Cash, money order or valid traveler's check
(2) Valid bank credit card
(3) Valid personal check showing on its face the name and address of the vehicle owner or
authorized representative.
Payment shall be made directly by the City to a Towing Agency operating under this Agreement
only in the case of a standby charge for special events, special processing, or when specifically
approved by the Chief of Police, the Director of General Service Administration, or the Fire, Rescue
and Inspection Services Chief.
Towing Agency shall. pay to City the City administrative charges on a monthly basis. The format
for submitting such payments shall be determined by the City.
It is hereby understood by and between City and Towing Agency that the payments due to City
from Touring Agency shall be payable to City no later than, the 20th day of the month, for all
vehicles towed and paid for during the immediately preceding month. Additionally, Towing Agency
shall return a Miami Police tow log and administrative fee remittance report with their payment.
Upon expiration or within thirty (30) days after receipt of notice of termination of this agreement,
agency shall pay to the City all moneys due through the date of termination or expulsion.
DRArT
I �
��
F
( 'rn• 01.1/1amr, F70rraa 7rnung ,�'evcit rF rr ry RFQ 98-99-1-1 f
1
City may waive City admitustrative cost if owner does not claim vehicle. A copy of the certificate of
destruction or title shall be provided.
l
SECTION XX - ETHICS AND CONDUCT.
Towing Agency shall conduct its business in an orderly, ethical, and businesslike manner, and shall
use every means to obtain and keep the confidence of the motoring public.
1 t
i (1) Personnel shall conduct themselves in a courteous and businesslike manner, so as not to
l bring any undue criticism to 'City-
(2) Towing Agency shall be responsible for ensuring that all of the operational personnel shall
be of previous and continuous good moral character.
(3) Towing Agency operators shall neither solicit nor induce drivers or owners to patronize
particular garages or mechanics. The rebate or payment of money or any other valuable
consideration to Towing Agency personnel from a garage or mechanic is prohibited.
(4) Giving gratuities to any employee of the City is prohibited and any violation hereof by
i Towing Agency shall, constitute grounds for the summary and immediate revocation of this
Agreement.
SECTION XXI - SUSPENSION PROCEDURES:
(1) Towing Agency may be suspended for any violation of the provisions of this Agreement, which,
in the sole discretion of the Towing Review Board, may be cause for such suspension, as follows:
(a) First Violation up to 7 days.
(b) Second Violation up to 14 days.
(2) Should a third violation occur, upon recommendation of the Towing Review Board; the City
Manager may terminate this agreement, also see Section XXIV.
(3) By accepting a Zone, Towing Agency agrees to the reasonableness of the suspension
procedures and that the same are necessary to enable City to fulfill its duties of safety and
control of City's highways.
SECTION XXII - LETTER OF CREDIT:
The City acknowledges receipt of a letter of credit in the amount of $10,000.00, which has been
delivered by Towing Agency to the City to secure Towing Agency's performance under this
Agreement. Touring Agency agrees and acknowledges that the City may, without demand or notice
to the Towing Agency, collect from the Letter of Credit all amounts due to City by Towing Agency
and all other amounts required by the City to cure any default of Towing Agency under this
Agreement, in the City's sole discretion, including all amounts incurred in the investigation of an
occurrence of a default and/or the enforcement of this Agreement, including reasonable attorney's
fees and costs. in the event that the City draws upon the Letter of Credit, Towing Agency agrees to
take all action necessary to cause a new letter of credit to be issued, as herein required, or to
restore the amount of the Letter of Credit to its original amount within five (b) days after receipt of
City's notice that it has drawn upon the Letter of Credit.
SECTION XXIII - DEFAULT
10/01/99
43
DRAFT
L
Cite af.1ham'. Florida 7' m Ind SCr ICCS icanl i RFQ 98-99-1-1
The occurrence of any of the following events shall constitute an event of default:
(a) Failure to make any payment to the City on the date the same is due
(b) Breach or failure to observe or comply with any provision of this agreement
} Upon the occurrence of any event of default the City, in addition to other remedies available by law,
shall have the right to exercise its rights under the Letter of Credit, as provided in SectionXXll
{
above and/or terminate this Agreement in accordance with the provisions of Section XXIV below.
SECTION XXIV - TERMINATION FOR CAUSE:
The City shall have the right to terminate this Agreement upon the occurrence of any of the
following events:
(a) Towing Agency's failure to tow within the guidelines of this contract, after the third notice of
poor performance.
(b) The occurrence of a monetary default under Section XXIII (a) above which is not cured
within ten (10) days following the City's notice of default.
(c) Towing Agency's failure to comply with the provisions of Section XXII above within the time
specified therein.
(d) Towing Agency's failure to comply with the insurance requirements set forth in Section XL
hereof.
R
(e) With respect to any other event of default, upon the recommendation of the Towing Review
Board.
(f) Adjudication as bankrupt.
(g) The filing of insolvency, reorganization or bankruptcy petition (voluntary or involuntary).
(h) Abandonment of Towing Agency premises or discontinuance of operations.
(i) The making of general assignment for the benefit of creditors.
(j) Making any charge at rates greater than those established by this Agreement.
(k) Making changes to the name, structure, control or entity of a Towing Agency's corporate
status by way of transferring stock in the amount of five (5) percent or greater, without the
prior consent of the City Commission.
SECTION XXV - TERMINATION WITHOUT CAUSE:
The City shall have the right to terminate this Agreement at any time, without cause and without
any liability to the City if such termination has been determined by the City Commission to be in the
best interest of the City. In such event the City shall give Towing Agency at least 90 days prior
written notice of termination.
SECTION XXVI - COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS:
I0/01/49 44 DR,.AI �•J
�'
IL
. _...'
0h of .harm, florida To%img Semccs tcont / RF0 94'-99-1 1
Towing Agency and City of Miami shall comply with all applicable laws, ordinances and codes of
Federal, State and Local governments.
SECTION XXVII - GENERAL CONDITIONS:
(1) All notices or other communications which shall or may be given pursuant to this Agreement
shall be in writing and shall be sent by personal service, or by registered or certified mail
addressed to the other party at the address indicated herein, or as the same may be
changed from time to time. Such notice shall be deemed given on the day on which
personally served; or, if by mail on the fifth (5) day after being posted or the date of actual
receipt, whichever is earlier.
CITY OF MIAMI TOWING AGENCY
Traffic Division
Wrecker Detail
400 NW 2 Avenue
Miami, Florida 33128
(2) Title and paragraph headings are for convenience reference, and are not a part of this '
Agreement.
(3) In the event of conflict between the terms of this Agreement and any terms or conditions
contained in any attached documents the terms in this Agreement shall rule.
(4) No waiver or breach of any provision of this Agreement shall constitute a waiver of any
subsequent breach of the same or any other provision hereof, and no waiver shall be
effective unless made in writing.
(5) Should any provision, paragraph, sentence, word or phrase contained in this Agreement be
determined by a court of competent jurisdiction to be invalid, illegal or otherwise
unenforceable under the laws of the State of Florida, or the City of Miami, such provisions,
paragraph, sentence, word, or phrase shall be deemed modified to the extent necessary in
order to conform with such laws, or if not modifiable, to conform with such laws, then the
same shall be deemed severable, and in either event, the remaining terms and provisions of
this Agreement shall remain unmodified and in full force and effect.
SECTION XXVIII - OWNERSHIP OF DOCUMENTS:
All documents developed by Towing Agency under this Agreement shall be delivered to City by
said Towing Agency upon completion of the Service and shall become property of City, without
restriction or limitation on its use. Towing Agency agrees that all documents maintained and
generated pursuant to this agreement are subject to all provisions of the Public Records Law,
Chapter 119, Florida Statutes.
It is further understood by and between the parties, that any information, writings, maps, contract
documents, reports, or any other matter whatsoever which is given by City to Towing Agency
pursuant to this Agreement shall at all times remain the property of City and shall not be used by
Towing Agency for any other purposes whatsoever without the written consent of City.
SECTION XXIX - NONDELEGABILITY:
The obligations of Towing Agency under this Agreement shall not be delegated or assigned to any
other person or firm without the City's prior written consent.
f
10/01199 45 D aY F T
ti?¢O ( ,
V f)
('rn. of Miami, Florida -•..\ lincrr,�,
S'trllces (Cont.) RFQ 98.99-1-1
SECTION XXX- AUDIT RIGHTS:
City reserves the right to audit the records of Towing Agency which pertain to this Agreement, at
any time during the term of this Agreement, and for a period of three (3) year after final payment is
made under this Agreement
SECTION XXXI - AWARD OF AGREEMENT.
Towing Agency warrants that it has not employed or retained any person employed by City to solicit
or secure this agreement and that it has not offered to pay, paid, or agreed to pay any person
employed by City, any fee, commission, percentage, brokerage fee, or any gift of any kind
contingent upon or resulting from the award of this Agreement.
SECTION XXXII - CONSTRUCTION OF AGREEMENT:
This Agreement shall be construed and enforced according to the laws, statutes, and case laws of
the State of Florida.
SECTION XXXIII - SUCCESSORS AND ASSIGNS:
This agreement shall be binding upon the parties herein, their heirs, executors, legal
representatives, successors, and assigns.
SECTION XXXIV - INDEMNIFICATION:
Towing Agency hereby agrees to pay on behalf of, indemnify, defend, and hold harmless the City
and City's officers, agents, and employees from and against any and all suits, actions, legal, or
administrative proceedings, claims, demands, damages, liabilities, interest, attorney's fees, costs
and expenses of whatsoever kind or nature, for any personal injury, loss of life or damage of
property, whether arising before or after completion of the work hereunder, and in any manner
directly or indirectly caused, occasioned or contributed to in whole or part by reason of any act,
omission, fault or negligence, whether active or passive, of Towing Agency, or anyone acting under
its direction or control, or on its behalf, in connection with this contract. The Towing Agency's
aforesaid indemnity and hold harmless agreement shall not render such Towing Agency
responsible of any liability caused by sole negligence of the City.
SECTION XXXV - CONFLICT OF INTEREST:
(1) Towing Agency covenants that no person employed by agency exercises any functions or
responsibilities in connection with this Agreement has any personal financial interests, direct
or indirect with City. Towing Agency further covenants that, in the performance of this
Agreement, no person having a conflicting interest shall be employed. Any such interests in
the part of Towing Agency or its employees must be disclosed in writing to City.
(2) Towing Agency is aware of the conflict of interest laws of the City of Miami (Miami City Code
Chapter 2, Article V), Miami -Dade County, Florida (Miami -Dade County Code, Section 2-
11.1) and the State of Florida, and agrees that it shall fully comply in all respects with the
terms of said law.
SECTION XXXVI - INDEPENDENT CONTRACTOR
Towing Agency and its employees and agents shall be deemed to be independent contractors, and
not agents or employees of City, and shall not attain any rights benefits under the Civil Service or
Pension Ordinances of City, or any rights generally afforded classified or unclassified employees;
further, he/she shall not be deemed entitled to the Florida Worker's Compensation benefits as an
employee of City.
r
10/01 /99 46 DRAFT., r Cj
S"iv.
L
c'Itil oj,tnumr. 17unda Tuu rr{¢ Seri -ices /cnn[ f Rf Q 98-99-1 1
SECTION XXXVII - NONDISCRIMINATION:
Towing Agency agrees that it shall not discriminate as to race, sex, color, age, creed, religion
national origin, marital status or handicap in connection with its performance under this Agreement.
Nor; in connection with the conduct if its business, including rendition of services and employment
of personnel, all persons having appropriate qualifications shall be afforded equal opportunity for
employment.
SECTION XXXVIII - MINORITY/WOMEN PROCUREMENT COMPLIANCE:
Towing Agency acknowledges that it has been furnished a copy of Ordinance No. 10062, entitled
the Minority and Women Business Affairs and Procurement Ordinance of the City of Miami, Florida,
and agree to comply with all applicable substantive and procedural provisions therein, including
any amendments thereto.
SECTION XXXIX - ENTIRE AGREEMENT:
This instrument and its attachments constitute the sole and only Agreement of the parties hereto
and correctly sets forth the rights, duties and obligations of each to the other as of its date. Any
( prior agreements, promises, negotiations, or representations not expressly set forth in this
i Agreement are of no force or effect.
SECTION XL - INSURANCE:
Towing Agency shall maintain in force at all times during the term of this Agreement:
(1) Workman's Compensation and Employer's liability insurance as required by state statutes.
(2) Garage liability insurance in an amount not less than $500,000.00 per occurrence for Bodily
Insurance and Property Damage combined endorsed, to include:
(a) Automobile Service Operations
(b) Garage keepers legal liability covering perils of fire and explosion, theft of entire vehicle,
riot and civil commotion, vandalism and malicious mischief.
(3) Automobile liability insurance covers all owned, non -owned and hired vehicles used in
connection with the work, in an amount not less than $500,000.00 per occurrence for Bodily
Injury and Property Damage combined.
City shall be named as a primary additional insured on the above -mentioned policies and coverage
and all such policies shall provide for a 30-day prior written notice to the City of termination or
change in coverage_
All insurance policies required must be written by a company or companies rated at least "A" as to
management and at least Class " V" as to financial strength in the latest edition of the Best's
Insurance Guide, published by Alfred M. Best Company, Inc., Oldwick, N.J. Insurance coverage
shall be subject to the approval of the Insurance Coordinator.
SECTION XLI - AMENDMENTS:
f 0/0 f /99
L_.
47
DRAFT
('rtt of-%harni. 1-Yorld" TolsIng Seri -ices (cunt ) RFQ 98-99-1
City may, at its discretion, amend the Agreement to conform wan changes in applicable City,
County, State and Federal laws, directives, guidelines and objectives. No amendments to this
Agreement, other than amendments required by changes in county, State or Federal laws, shall be
binding in either party unless in writing, signed by both parties. Such amendments shall be
incorporated as a part of this Agreement upon review, approval, and execution by the parties
hereto.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by
the respective officials thereunto duly authorized, this day and year first above written.
CITY OF MIAMI, a municipal corporation
of the State of Florida
ATTEST:
WALTER FOEMAN
City Clerk
ATTEST:
Corporation Secretary
WITNESSES:
(As to Contractor)
(NOTE: If Contractor is not a
Corporation,, two witnesses must
sign)
APPROVED AS TO INSURANCE
REQUIREMENTS:
Mario Soldevilla, Director
Risk Management Department
10/01/99
Donald H. Warshaw
City Manager
(Title) —
(Seal)
APPROVED AS TO FORM
AND CORRECTNESS:
Alejandro Villarello
City Attorney
DRAFT
as
69
Cav of Miami, Florida
Towing Services econ, I
RFQ 98-99-1`1
ATTACHMENT B
APPLICATION FOR WRECKER CONTRACT
WITH THE CITY OF MIAMI
1. Business Enterprise Name
2. Business Address
Telephone City
Mailing Address
Zip
City Zip
State type of business enterprise (e.g. corporation, association, partnership, organization,
joint venture, trust, foundation, firm, group, society, individual natural person, etc.)
3. NAME ALL OWNERSIPERSONS HAVING AN INTEREST IN THE TOWING AGENCY.
(Attach additional sheets if necessary)
NAME SS#
ADDRESS PHONE ----
CITY STATE BIRTH DATE
NAME SS#
ADDRESS PHONE
CITY STATE BIRTH DATE
NAME SS#
ADDRESS PHONE
CITY STATE BIRTH DATE
NAME SS#
ADDRESS PHONE
CITY STATE BIRTH DATE
I0/01/99 49 DRAFT
C f t'
Citt' of .)harm. Florida
Toning 5emccs (cant.)
RFQ 98.99.1-1
4. Has the business enterprise, or any person whose name appears in this application, ever
been convicted of any crime?
If so, list the name, the arrest and conviction record of each person. (Attach additional
sheets if necessary)
5. Does the business enterprise have an officer, director, partner,
or sole proprietor and individual, who has a currently suspended business license revoked by
action of the City Manager within the past five (5) years?
If so, list the individual(s):
6. If a corporation, supply the following:
Corporate Name:
Date Incorporated: State of Charter
7. What is the fictitious name under which the business will be conducted (if applicable):
6. Has this business ever been suspended, revoked or been the subject of suspension,
revocation or violation of the Local, County or State Law?
If so, explain:
9. How many wreckers does the Towing Agency have in each class? (Refer to Exhibit 2 for
Class description)
CLASS A CLASS B
CLASS A (FLATBED) CLASS C
CLASS B (FLATBED) CLASS D
NOTE: Attach copies of vehicle registration.
10. Has the Towing Agency ever filed for insolvency, reorganization or bankruptcy petition
(Voluntary or involuntary)
c
10/01199 50 DRAFT
00- 1,60
2
0h of Ahumi. Florida Towing Semices (cant) RFQ 9 -99• 1-1
If yes, exp
lain:
lain:
i
i
i
i
11. List five (5) references:
i
NAME ADDRESS TELEPHONE
i
12. List any current or prior towing and vehicle storage contracts for govemmental
organizations:
f
i
j Agency Name:
Address:
Contact's Name & Phone #
Agency Name:
Address:
Contact's Name & Phone #
Agency Name:
Address:
Contact's Name & Phone #
Agency Name:
Address:
Contact's Name & Phone #
10/01 /99 51
DRAFT
f ►
�� 0 r }
OW of Miami. Florida Towing Services (cont.)
RFQ 98.99• 1 `1
Agency Name:
Address:
Contact's Name & Phone #
13. List any current or prior towing and vehicle storage contracts for private companies
Agency Name:
Address:
Contact's Name & Phone #
Agency Name:
Address:
Contact's Name & Phone #
j
Agency Name:
Address:
Contact's Name & Phone #
Agency Name:
Address:
Contact's Name & Phone #
Agency Name:
Address:
Contact's Name & Phone #
r
10/01/99 52
DRAFT
Crh Oj Ahamr. 1•Jurtda Tcmtiki Services Icont.l RFQ 95-99-1-1
14. Have any of the o... Hers listed in item #3 ever had a contract terminated (either as a primary
contractor or sub -contractor) for failure to comply, breach, or default?
If yes, please explain:
15. How long has this Towing Agency been in the towing business?
16. How long has the owner(s) listed in Item 3, been in the towing business? (List by name)
17. Are the payment office and storage facility located at the same site?
16. State the address of the payment office:
19. Provide the address of the storage facility or facilities; indicate the approximate square
footage of the lot at each facility and specify the square footage available for inside storage:
20, Is the Towing Agency located entirely within the City of Miami limits:
21. For Category A services, Llist the Zone(s) you wish to be considered for towing wrecker
service. If more than one, list in order of priority.
10/01/99 53 DRAFT
22. How many employees will be assigned to this towing contract?
23. What are the qualifications, experience, certification for towing and storage of the persons
assigned to this contract?
24. Who will be supervising the work performed under this contract and what is that person's
experience?
NOTE: IN ORDER TO BE CONSIDERED FOR MORE THAN ONE ZONE, YOU
MUST ALSO HAVE THE ADDITIONAL REQUIRED WRECKERS.
4
['fn•v/',ifmmt. F(ona'a Toi.rn•C 5e'n'rr•e's (Contl RFC 9,5-99-1-1 j
} I
{ THE APPLICANT COVENANTS AND AGREES AS FOLLOWS:
The undersigned, after being duly sworn, states that the information contained in this application is
true and correct to the best of his knowledge and belief, and in the event there are any changes,
alterations or additions to the information furnished in this application, he/she shall so notify in
writing to the City of Miami Police Department, or its successor in duties, within five (5) days from
the date of said change, alteration or addition.
1
i
{
Signature of Applicant and Title
i
Sworn to and subscribed before me this
day of ------- , 1999.
i
1
NOTARY PUBLIC z
My commission expires:
t
P
t
j
} t
i €
i
Cuv of Afiamt, Florida ., Totising -�CIMCCS WOM / RFQ 98-99-1 `l
ATTACHMENT C
ZONES The Zones covered in this RFQ are a defined below and per the attached map
- I - - -- -
ZONE I
North:
City limits
East:
To Biscayne Bay, including west -end of bridge of 79 Street
Causeway, prior to North Bay Village, City limits.
South:
To 54 Street
West:
City limits
ZONE 11
North:
To 54 Street
East:
To Biscayne Bay
South:
To 22 Street West of NW 7 Avenue & To 24 Street East of NW 7
Avenue
West:
City limits, including NW 36 Street strip to railroad tracks.
ZONE III
North:
To 22 Street Vilest of NW 7 Avenue & To 24 Street East of NW 7
Avenue
East:
To Biscayne Bay, including Biscayne Isle and San Marco Isle
South
Miami River (Including City Auto Pound)
West
To NW 27 Avenue
ZONE IV
North:
Miami River
East:-
To Biscayne Bay
South:
To SW 8 Street West of 17 Avenue & To West Flagler Street East
of 17 Avenue
West:
City limits, including Tamiami Canal Road
70w7,1C 't—lWCS rcont / RFQ 9J-99-1!
THE APPLICANT COVENANTS AND AGREES AS FOLLOWS:
The undersigned, after being duly sworn, states that the information contained in this application is
true and correct to the best of his knowledge and belief, and in the event there are any changes,
alterations or additions to the information furnished in this application, he/she shall so notify in
writing to the City of Miami Police Department, or its successor in duties, within five (5) days from
the date of said change, alteration or addition.
Signature of Applicant and Title
Sworn to and subscribed before me this
day of ----- , 1999.
NOTARY PUBLIC
My commission expires:
c
i
Cin• of.11iomr, Florida Towing Services (cont.) RFD 95-99-1-1
ZONE V North: To SW 8 Street West of 17 Avenue & To West Flagler Street East
of 17 Avenue
East: To Biscayne Bay, including Claughton Isle, Rickenbacker
Causeway to middle of second bridge, and Virginia Key
South: To Biscayne Bay, including Fair isle to North Prospect Drive.
r �
TOWING SERVICE Zol",
it rT'TV OF KLAya ' FLORIDA
I:. PROSYtt,i ++�
.0 To«rr�s Senu'cs lcont.) RFC) 9S-99_1-i
i
ZONE V North: To SW 8 Street West of 17 Avenue & To West Flagler Street East
of 17 Avenue
East: To Biscayne Bay, including Claughton Isle, Rickenbacker
Causeway to middle of second bridge, and Virginia Key
South: To Biscayne Bay, including Fair Isle to North Prospect Drive.
West: City limits
r
DRAFT
10/01/99 57
�9- �rG�
01Y(!f.111umi,Plorido 7'0%Ing .NI'MtLTSicnnr RFQ 9&994/ 1
ATTACHMENT D
Tow Truck / Wrecker
Definition & Requirements
A. Class "A " Wrecker:
1. Commercially manufactured unit with a rated capacity of not less than 10,000 pounds
GVW.
2. Cab to axle dimension of not less than 60 inches.
3. Dual rear wheels.
4. Commercially manufactured boom NN ith minimum capacity of 8,000 pounds.
5. Hydraulic NNinch (es) with a minimal. «-inching capacity of 8,000 pounds.
6. One hundred (100) feet of 3/8-inch steel core cable
7. Wheel lift with a retracted rating of not less than 3,500 pounds and art extended rating of
not less than 2,000 powids.
8. Tow sling or tow bar with a safe lift rating of 3,500 pounds.
4. Two (2) 3/8 inch high-test safety chains.
10. Dolly equipped.
11. One (1) motorcycle sling.
B. Class "A " Slide Back Car Carrier (also referred to as Flatbed):
1. Commercially manufactured unit with a rated capacity of not less than 10,000 pounds
GVW.
2. Cab and axle dimension of not less than 102 inches.
3. Dual rear wheels.
4. Seventeen (17) feet or longer hydraulically operated slide back or tilt bed.
5. Hydraulic winch (es) with a minimal capacity of 8,000. Pounds.
6. Sixty-five (65) feet of 3/8 inch steel core cable
7. Two (2) tie down chains, each ten (10) feet in length.
8. Two (2)-safer, chains.
Class "B" Wrecker:
1. Commercially m_a_ .--tufactured unit, with a rated capacity of not less than 18,000 pounds
GVW.
2. Cab to axle dimension of not less than 84 inches.
3. Comrercially manufactured boom (s) with a minimum total capacity of 16,000 pounds.
4. Winch (es) with a minimal winching capacity of 16,000 pounds.
5. Two Hundred (200) feet of inch steel core cable
6. Under reach with a retracted rating of not less than 10,500 pounds and an extended
rating of not less than 8,500 Pounds.
7. Tow sling with a safe lift rating of 8500 pounds.
{
IL
CIA, of ,1/t(lmf, Florida
7 rn+'tng sen tees Wont) � RPQ 98.99=/ `7
S. Two (2) 5/1 6-inch alloy safety chains.
9. Tow sling or tow bar equipped
10. Two (2)-Snatch blocks, minimum 8000 pounds capacity each.
11. Two (2)-Scotch Blocks or Hydraulic Stiff Legs
12. Brake lock or Air brakes
Class "B" Slide Back Car Carrier: (also referred to as flatbed)
1. Commercially manufactured unit, «ith a rated capacity of not less than 20,000 pounds GVW
2. Cab to axle dimension of not less than 138 inches
3. Dual rear wheels
4. Twenty one (21) feet or longc_r hydraulically operated slide back or tilt bed
5. Hydraulically operated %%inch (es) with a minimum winching capacity of 8,000 pounds
6. Sixty-five (65) feet of 3/8 inch steel core cable
7. Two (2) tic down chains, each ten (10) feet in length
8. One (1) snatch block, minimum 8,000 pound capacity
9. Four-way lug «a-ench
10. One (1) pair ofjurnper cables
1. Commercially manufactured unit, with a rated capacity of not less than 30,000 pounds
GVW.
2. Cab to bogey dimension of not less than 144 inches.
3. Commercially manufactured boom (s) with a minimal total capacity of 50,000 pounds.
4. Winch (es) with a minimum total winching capacity of 50,000pounds.
5. Two hundred (200) feet of 5/8-inch steel core cable per winch.
6. Under reach with a retracted rating of not less than 25,000 pounds and an extended rating of not
less than 12,000 pounds.
7. Rear support jacks or outriggers.
8. Two (2) '/ inch alloy safety chains.
9. Tow bar or tow sling equipped.
10. External air hookup and hoses to supply, air to disable vehicles.
11. Two (2)-snatch blocks, minimum 24,000 pound capacity each.
12. Two (2)-scotch blocks or Hydraulic Stiff Legs
13. Spring brake - Air Brakes
Class "D" Wrecker:
1. Commercially manufactured unit with a rated capacity of not less than 52,000 pounds
GVW.
2. Cab to bogey dimension of not less than 180 inches.
3. Commercially manufactured boom (s) with a minimal total capacity of 70,000 pounds,
4. Winch (es) with a minimal total winching capacity of 70,000 pounds.
5. Two hundred (200) feet of inch steel core cable per winch
6. Under reach with rel ratted rating of not Iess than 45,000 pounds and an extended rating
10/01 /99 59 DRAFT
tJ' QJ
00, o('Ahumr. Florida
Tou-ing Services (cons,)
not less than 15.000 pounds.
7. Rear support jacks or outriggers.
8. Two (2) ` inch alloy safety chains.
9. Tow bar or tow sling equipped.
10. External air hookup and hoses to supply air to disabled vehicles.
11. Two (2) snatch blocks, minimal 24,000 pounds.
12. Two (2)-scotch blocks or Hydraulic Stiff legs
13. Spring brake - Air brakes
Additional Nkmdatony Equipment on all Wreckers:
The following requirements are the minimum requirements, which must be satisfied with respect to
each piece of equipment, as specified. Any Proposer whose equipment fails to meet the following
requirements will have a period often (10) calendar days after the inspection in which to correct
deficiencies. if deficiencies are not corrected by the date of the final inspection, Proposer shall be
deemed disqualified and its response will be rejected.
1. 50 pounds of white fine sand or medium oil adsorbent clay or sand equivalent.
2. Heavy-duty push broom with a minimal width of 24 inches.
3. At least two (2) safety cones, or triangle reflectors.
4. One (1) a square shovel.
5. Extra towing chain - 6 to 8 feet with hooks.
6. One (1) axe.
7. One (1) crowbar or pry bar - 30" or longer.
8. Minimum of one (1) fire extinguisher, minimum 5 pound CO2 or dry chemical,
underwriter approved and with current inspection tag attached.
9. One extension cord of sufficient length for use in displaying a light to the rear of a towed
vehicle when such vehicle is without capability of providing its own lights.
10. Five (5) 30 - minutes fuses and all clearance lamps head lamps, tail lights, and flares
necessary to comply with the Florida State Statutes.
11. One (1) set of tools for opening locked vehicles.
12. Sufficient assortment of tools necessary to change tires, drop drive shafts, unlock doors,
pull transmission pins or perform similar functions in preparation of towing a vehicle.
This should include at least one set of juniper cables and one pair of bolt cutters with a
minimum '/ inch opening.
13. A rotor beam. or strobe light mounted on the wrecker so it can be seen when in use from
front, and rear and both sides. This shall reflect an amber light.
14. Two (2) Floodlights facing the rear on wrecker.
15. Towing Agency business cards.
16. All tow trucks shall be equipped with a business type communication radio, licensed and
Approved by the Federal Communications Commission. The Communication system
shall include a base station at the place of business. A citizen's band radio does not meet
the requirements of this section.
i
10/01/99 60 DRAFT
}
c
is
r
Attachment E II111AMI POLICE TOW LOG
Wrecker Co.
Case Number mate Location Towed From RoadBlock Stings
r TTA.CIIINIENT F �
MIAIVII POLICE ADMINISTR.ATItiE PRIOR MONTH RELEASE REPORT
REPORT DATE:
To: City of Miami Police Department
Attn: Towing Detail
400 N.W. 2 Avenue
Miami, F1. 33128
Please indicate a breakdown of "Vehicles Pending Release" for the month & year of:
NUMBER OF VEHICLES PENDING RELEASE
LESS: CERTIFICATES OF DESTRUCTION
(Copies Enclosed)
LESS: TITLE SURRENDER (NO CHARGE)
(Copies Enclosed)
SUBTOTAL:
REMAINING VEHICLES:
RELEASED VEHICLES a�$20.00 EACH) $
CHECK ENCLOSED No. , dated
In the amount off
10/01/99
{ 62
, '"ACHMENT C -%"
MIAMI POLICE TO«'ING ADMINISTRATIVE FEE REMITTANCE REPORT
REPORT DATE:
To: City of Miami Police Department
Attn: To»ing Detail
400 N.W. 2 Avenue
Miami, F1. 33128
The following administrative fee information is provided for the month & year of.
Finance Invoice No.
CURRENT MONTHLY REPORT
NUMBER OF VEHICLES TOWED
LESS: VEHICLES PENDING RELEASE
SUBTOTAL:
LESS: CERTIFICATES OF DESTRUCTION
(Copies Enclosed)
LESS: CITY POUND
LESS: CANCELLATIONS
LESS: NO RECORD OF TOWS
LESS: OTHER (EXPLAIN)
TOTAL POLICE TOWS: (}@ $20.00 EACH)
i
PRIVATE PROPERTY TOWS: (_)@ $15.00 EACH)
CHECK ENCLOSED No. , dated ,
E
In the amount of
NOTE: DOCUMENTATION MUST BE PROVIDED FOR ALL DEDUCTIONS
INCLUDING SHOWING THE SPECIFIC CASE NUMBERS THAT ARE
CANCELLATIONS OR NO RECORD.
l
RAFT10/01/99 F�
I 5.0 INSTR' U(,TIO,VS T( OSPECTI I 'E PROPOSERS FOR PRO , ..s IOX O F SE- R 14CES
5.1 PREPARATION OF RESPONSES - Proposers arc expected to thoroughly examine the RFQ to fully understand the
scope of services the Cite is seeking to secure. Proposers. ),\hen necessary, should visit the -.%ork site and take such
other steps as may be necessary to ascertain the nature and location of the work and the _encral and local condition
which can affect the cost of performance. Failure to do so i\ill not relieve Proposers from responsibilities for
estimating properly the difficulty or cost of success fulh performing the \s nrk.
5.1.1 Each Proposer shall furnish the infomiation required in the RFQ. The Proposer shall sign the RFQ
and print in ink or tape your name, address, and telephone number on the face page and on each
continuation sheet thereof on which he,'she makes an entry. as required.
i
5.1.2 Proposer shall include in the response all taxes, insurance, social security, workmen's
compensation, and any other benefits normally paid by the Proposer to its employees.
5.1.3 Proposer must state a definite time, if required, for start of service or completion of work. Such
time should be reflected in calendar days . The RFQ forms may provide for submission of a price
or prices for one or more items, which may be lump sum bids, scheduled items resulting in a bid on
a unit of service, or construction or a combination thereof, etc.
5.1.4 Proposer should retain a copy of all Response documents for future reference.
1 5.1.5 All RFQ forms as described under Section 6.0, RFQ Response and Document Check List, must be
1 fully completed and typed or printed in ink, and must be signed in ink with the firm's name and by
an officer or employee having authority to bind company or firn by his/her signature. Responses
having any erasures or corrections must be initialed in ink by the person signing the Response, or
the Response may be rejected.
5.1.6 The City's RFQ Forms which are attached to this solicitation shall be used when Proposer is
1 submitting its Response. THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF
FORMS AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY
i OR YOUR RESPONSE MAY BE DISQUALIFIED..
1
5.1.7 Multiple Responses will be considered non -responsive.
5.2 SUBMISSION AND RECEIPT OF RESPONSES - Responses must be received at the designated
location at/or before the specified time of opening as designated in the RFQ. NO EXCEPTIONS.
Proposers are welcome to attend RFQ opening; however; no award will be made at that time. A tabulation
may be furnished upon request at a later time; however, Proposer must enclose a self-addressed, stamped
envelope when submitting a Response to receive the tabulation.
5.2.1 Responses should be enclosed in the sealed envelope provided by the City in the RFQ package.
The face of the envelope must show the hour and date specified for receipt of Responses, the RFQ
number, and the name and address of the Proposer. Responses not submitted on the requisite RFQ
Forms may be rejected.
5.2.2 Response must be submitted to the office and address listed on the front page of this RFQ by the
time specified to be considered for award.
5.2.3 Telegraphic Responses or facsimile will not be considered.
5.2.4 Late Responses will be rejected.
1
5.2.5 Failure to follow these procedures is cause for rejection of Response.
t 5.2.6 All Responses are subject to the conditions specified herein. Those which do not comply with these
conditions are subject to rejection.
E
10/01/99 64 T 1
•' ! u ,rr' q '�
Cl
5 2.7 The resr biht,� for ohtain+nz and submitting response ' 'he Cirr Clerk's Office on or before the
stated tit, ,nd date is solely and strictly the responsibi. f Proposer. The Cite of Miami is not
responsible for delays caused b} the United States mail delivery or caused b\ am other occurrence.
Responses received b: the cm- Clcrk after the due date and time \%ill be returned unopened. and
�yill not be considered for award,
5.2.8 Modification of Responses already submitted Mill be considered only, if received at the Cite Clerk's
Office before the time and date set for opening Responses. All modifications must be submitted in
writing. Once a Response is opened, the City will not consider any subsequent submission which
alters the Response.
5.2.9 If Responses are submitted at the same time for different solicitations, each Response must be
placed in a separate envelope and each envelope must contain the information previously stated in
5.2.1.
5.3
EXPLANATION TO PROPOSERS - Any explanation regarding the meaning of interpretation or the
Request for Qualifications, drawings, specifications, etc., requested in writing by a prospective Proposer.
must be requested in sufficient time for a reply to reach Proposers before the submission of their Responses.
Explanations or instructions shall not materially alter the RFQ unless they are in writing. Oral explanations
or instructions given before the award of a contract will not be made. if necessary, a written addendum to an
RFQ will be issued to all prospective Proposers.
5.4
TERMS OF PAYMENT - Payment will be made by the City after the items awarded to a Proposer have
been received, inspected, and found to comply with award specifications, free of damage or defect, and
properly invoiced. No advance payments of any kind will be made by the City of Miami.
Payment shall be made after delivery, within 45 days of receipt of an invoice for services/goods and
pursuant to Florida Statute 218.74 and other applicable law.
5.5
NO INTEREST IN RESPONDING - If you do not wish to respond, please return the "Statement of No
Bid" form, stating the reason. Failure to submit a Response after three (3) times without a sufficient
justification of "No Bid" will be cause for removal from the vendorfbidder's list.
If applicable, vendor should additionally return the vendor application to be listed on the vendor/bidder's list.
5.6
TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government.
Exemption certificates will be provided upon request.
5.7
FURTHER INFORMATION - T71is RFQ is issued on behalf of the City of Miami by the Purchasing
Department, which is the primary point of contact for the procurement of goods and services in the City.
j
Requests for further information as to the procurement process except as specified in Section 1.3 of the
}
Introduction should be directed in writinc to the Sr. Buyer listed on the front page of this RFQ. Staff
personnel can be reached at the City of Miami, Purchasing Department, Miami Riverside Center, 444 SW 2nd
Avenue, 6°i Floor, Miami, Florida 33130, by c-mail. or at the fax number listed on the first page of this RFQ.
4
1 5.8
RFQ FORMS - All Forms, as described under Section 6.0, RFQ Response and Document Check List, must
be completed, signed and submitted accordingly.
5.9
VENDOR REGISTRATION - It is the policy of the City that all prospective Proposers complete a "Vendor
Application" indicating die commodities/services which the vendor can regularly supply to the City for
inclusion on the City's vendor/bidder's list. Should a prospective Proposer not be currently listed on the
City's Vendor/bidder's list, a Vendor Application will be enclosed with the Response. Vendors who have
already submitted an application and secured a vendor number from the city are not required to submit a new
vendor application.
It is the responsibility of the business entity to update its application concerning changes such as ownership,
new address, telephone number, fax, commodities, etc.
1
{
1 10i0119s
65 l T
p
If a Proposer su-- +ts a Response of a "No Bid". a completed v r application should be returned with the
Response or th o Bid" form, Completed vendor applications M be added to the City's vendor's list. A
Purchase Ordet will not be issued b� the CRY unless the Successful Proposer has completed this
application. For any questions, contact the Vendor Registration Section at (305) 416-1913 or by fax.
t
DRAFT
1
6.0. RFQ RESPONSE
CHECK LIST
This checklist is provided to help you conform with all requirements stipulated in this RFQ.
6.1. RFQ Information Form - This form must be completed and signed to validate your
Response.
6.2. Statement of No Bid, only if applicable- If you do not intend to submit a Response on this
commodity or service, please return this form in the bid envelope on or before Response
due date and time. If the "Statement of No Bid" form is not completed and returned, your
firm may be deleted from the City of Miami bidders' list for this commodity or service.
6.3. Insurance Requirements - Acknowledgment of receipt of information on the insurance
requirements for this RFQ. (Must be signed).
6.4. Vendor Background Information - This form must be completed in its entirety to verify
the capability of Proposer to perform/deliver the services/goods specified in the RFQ.
6.5. Minority/Women Business Affairs Registration Affidavit, if applicable - Must be
completed only if one or more of the openers in the business enterprise is at least 51%
owned by a Black, Hispanic or Female.
6.6. Affirmative Action Policy for Equal Employment Opportunity
6.7. Statement of Compliance with Ordinance No. 10032 - Copy of Ordinance included with
this RFQ.
6.8. Primary Office Location Affidavit , if applicable - Section 18-52.1(h) of the City Code,
as amended, states that the City Commission may offer to a responsible and responsive
local bidder, whose primary office is located in the City of Miami, the opportunity of
accepting a bid at the low bid amount, if the original bid amount submitted by the local
bidder does not exceed 110 percent of the lowest other responsible and responsive bidder.
(Must be signed and notarized by the local bidder, only for use in attesting primary office
location).
6.9. Debarment and Suspension Certificate - (Must be signed).
6,10. Vendor Application, if applicable - All prospective Proposers should complete a vendor
application for the commodities/services the vendor can regularly supply to the City.
Should a prospective Proposer not be currently listed on the City's vend or/bicider's list, a
vendor application will be enclosed with the bid package. Vendors who have already
submitted an application and secured a vendor number from the City are not required to
submit a nee; vendor application. Should a Proposer return a Response or a "No Bid", a
fully completed vendor application should be returned and the information contained
therein will be added to the City's vendor, bidder's list.
6.11. Occupational License - All Responses shall be accompanied by a copy of your current
applicable license(s), as required.
6.12. All Required Information pursuant to Section 4.4 Submission Requirements.
Submitted RFQ With
Response
YES
YES
YES
YES
YES
YES
YES
YES
YES
YES
YES
YES
YES
TO BE SUBMITTED AS PART OF YOUR RESPONSE
t
10/01/99 67 DRAFT
r
6.1. RFQ Information Form
Mailing Date: 11999 Buyer: _ Pamela Burns
RFQ No.: 98-99-171 Telephone: 305-416-1905
ResoIIsesmus`ierc��v+^b,
ry *�
4'isc3'-Y�t �M4.�'� + ` �. ��S '� }� i � �1�•" �, `w�'� �+''� r f"i'q �Mti'" rc'.. G}� . u ti•!14�,. ;�
at thetOfliec o�fM4he'C�t3-.leak, 3500 Pan American Drivc, Il7iami; lorida 3313155
04 "'► .`
_,r+r,�.�" q`%.Y�s t �K. � oi, .F*,. }1 ''I' c i r� V•'�; -� :
Commodity Code: 968-90
TERM CONTRACT
FOR: TOWING SERVICES
RFQ NO.98-99-171
I certify that any and all information contained in this Response is true; and I further certify that this
Response is made without prior understanding, agreement, or connections with any corporation,
firm or person submitting a Response for the same materials, supplies, equipment, or services and is
in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the
RFQ, and certify that I am authorized to sign for the Proposer. Please print the following and sign
your name:
Firm's Name:
Principal Business Address:
Mailing Address:
10/01/99
Telephone:
Fax:
Name:
Title:
Authorized Signature:
69
DRAFT
V r
L
Cin, of tliami, Florida Touvng SO -Vices (cony ) RFC),vo. 98-99•! 'l
6.2 STATEINIENT OF NO BID
NOTE: If you do not intend to submit a Response on this commodity or service, please return this form in the
response envelope on or before RFQ opening. Failure to submit a Response after three (3) times without a
sufficient justification of "No [aid" Nvill be cause for removal from the vendor/bidder's list.
Office of the Cin• Clerk
3500 Pan American Drive
Miami. FI, 33131-5504
We, the undersi, ned, have declined to submit a Response on your RFQ No. 98-99-171 for TOWING
SERVICES for the following reasons:
Specifications too "tight", i.e., geared toward one brand or manufacturer only (explain below).
Insufficient tine to respond to the RFQ.
We do not offer this product or service.
_Our schedule would not permit us to perform.
We are unable to meet specifications.
We are unable to meet bond requirements.
~Specifications are unclear (explain below).
We are unable to meet insurance requirements.
_Remove us from your bidders' list for this commodity or service.
_Other (specify below).
Remarks:
We understand that if this statement is not completed and returned, our company may be deleted from the City of
Miami bidders' list for this commodity or service.
Company Name:
Signature:
Title:
Telephone:
Date:
A completed vendor application should be returned with this form if vendor has not previously submitted an application
and secured a vendor number from the City.
e
10/01/99 70 DRAFT
V** e� t � /-c --
o1 i +
a
CM. of .tllamt, Flnritla
Tou-mg Serrtces tcont.t
W'Q .Vo. 98.994 `1
hi
INDEMNIFICATION
6.3 INSURANCE REQUIREMENTS
Proposer shall pay on behalf of, indemnify and save Cite and its officials harmless, from and against any and all claims,
liabilities, losses, and causes of action, which may arise out of Proposer's performance under the provisions of the
contract, including all acts or omissions to act on the part of Proposer, including any person performing under this
Contract for or on Proposer's behalf, provided that any such claims. liabilities, losses and causes of such action are not
attributable to the negligence or misconduct of the City and, from and against any orders, judgments or decrees which
may be entered and which may resuh from this Contract• unless attributable to the negligence or misconduct of the
Cite• and from and against all costs. attorneys' fees, expenses and liabilities incurred in the defense of any such claim,
or the investigation thereof.
The Proposer shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2nd Avenue, 6" Floor, Miami, Florida
33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the
requirements as outlined below:
A. Worker's Compensation Insurarce for all employees of the Proposer as required by Florida Statute 440.
B. Public Liability Insurance on a comprehensive basis in an amount not less than $500,000.00 combined single
limit per occurrence for bodily injury and propem; damage. City must be shown as an additional insured with
respect to this coverage.
C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the
work in an amount not less than statutory combined single limit per occurrence for bodily injury and property
damage.
The City needs to be named as additional insured. BINDERS ARE UNACCEPTABLE.
The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals,
which most nearly reflect the operations of the Proposer.
All insurance policies required above shall be issued by companies authorized to do business under the laws of the State
of Florida, with the following qualifications:
The Company must be rated no less than "B" as to management, and no less than "Class
V" as to financial strength, by the latest edition of Best's Key Rating Insurance Guide or
acceptance of insurance company which holds a valid Florida Certificate of Authority
issued by the State of Florida, Department of Insurance, and are members of the Florida
Guarantee Fund.
Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written
advance notice to the certificate holder,
NOTE: CITY RFQ NUMBER AND/OR TITLE OF RFQ MUST APPEAR ON EACH CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the Proposer of his liability and obligation under this
section or under any other section of this Agreement.
The Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section
remain in force for the duration of the contractual period; including any and all option terms that may be granted to the
Proposer,
I 0/O l /99 71
DRAFT
v V - r-1 V L
i
IL
Cin• of .harm, Florida - TO-Ing services (cost.) � RpQ .vo. 98.99•i
Insurance Requirements form (page 2)
--If insurance certificates are scheduled to expire during the contractual period, the Proposer shall be responsible
for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of
such expiration.
—In the event that expired certificates are not replaced with new or renewed certificates which cover the
contractual period, the City shall:
A) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner
prescribed in the Invitation To Bid.
B) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from
the Proposer in conjunction with the General Terris and Conditions of the Bid.
The undersigned Proposer acknowledges that (s)he has read the above information and agrees to comply with all the
above City requirements.
Proposer. Signature:
(Company name)
Date: Print Name:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY RESPONSE.
DRAFT
10/01 /99 72
a . 4�
Cilrt- of Miami, Florida Tox•rng Services (cont.) RFQ N0, 98-99-1 l
6.5 VENDOR BACKGROUND INFORMATION
INSTRUCTIONS:
This questionnaire is to be included with your Response. Do not leave any questions unanswered. When the
question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY NAME:
COMPANY OFFICERS:
President Vice President
Secretary _ Treasurer
COMPANY OWNERSHIP:
°ro of ownership
of ownership
of ownership
of ownership
LICENSES:
i. County or Municipal Occupational License No.
(attach copy with bid)
2. Occupational License Classification
3. Occupational License Expiration Date:
4. Metro -Dade County Certificate of Competency No.
(attached copy if requested in RFQ)
5. Social Security or Federal I.D. No.
EXPERIENCE:
6. Number of Years your organization has been in business:
7. Number of Years experience PROPOSER (person, principal of firm, owner) has had in operation of the type
required by the specifications of the RFQ:
8. Number of Years experience PROPOSER (fum, corporation, proprietorship) has had in operation of the type
required by the specifications of the RFQ:
t
10/01 /99
73
DRAFT
�� �--7 G1l
On,g0ham:. Florida Towiagservlces(coht.) /iPgxd. 98-99-/`)
Vendor Backeround Information form (page 2)
9. Experience Record: List references who may be contacted to ascertain information on past and/or present
contracts, work, jobs, that PROPOSER has performed of a type similar to that required by specifications of the
City's RFQ:
FIRM NAME/ADDRESS
DATE OF JOB
DESCRIPTION OF JOB
PHONE NO.:
CONTACT PERSON:
FIRM NAME/ADDRESS
DATE OF JOB
DESCRIPTION OF JOB
PHONE NO.:
CONTACT PERSON:
FIRM NAME/ADDRESS
DATE OF JOB
DESCRIPTION OF JOB
PHONE NO.:
CONTACT PERSON:
FIRM NAME/ADDRESS
DATE OF JOB
DESCRIPTION OF JOB
PHONE NO.:
CONTACT PERSON:
FAILURE TO FULLY COMPLETE, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE.
10/01 /99
74
DRAFT
0vofMiomt. flcrtda 10uv,i: 5rrvices (cont, Kf'Q.\;) 98-99-/-1
6.6 N1INOR1T1,.','O,1NIEN BUSINESS AFFAIRS REGISTRATION AFFIDAVIT
Please Check One Box Only O I lispanic [ J Female [ J Black [ ] Not Applicable
If business is not 51°,, minoritN'.'female o�%ned . affida� it does not apply. If not applicable, notarization is not required.
t
I (We).
the undersigned agree to the folk»~ ine conditions:
1)
that we have read Scction 2.25 of the General Terms and meet the fifty-one percent (51°o) ownership and
management requirement for minority- omen registration status and will abide by all of the policies and
c
regulations governing the Cite of Nliami Minorite and Vl'omen Business Enterprise Procedures;
! 2)
that if at any time information submitted by the undersigned applicant in his/her Response application should
prove to be false, inaccurate, or misleading. applicant's name %Hill be strack from the City of Miami's Master
vendor's list with no further consideration given to this applicant:
3)
that the City of Miami maintains the right, through award of RFQiContract, to revoke the award, should it be
found that false. inaccurate or misleading information or a change in the original information have occurred;
4)
to notify the City of Miami within thirty (30) days of any change in the firm's ownership, control,
management or status as an ongoing minority/women business concern as indicated on the Response or
application, and that the City of Miami, upon a finding to the contrary, may render a firm's registration with
the City null and void and cease to include that firm in its registered list of minority and women -owned
businesses;
5)
that the City of Miami has a right to diligently verify all information submitted by applicant in his(her
Response/application to monitor the status of the Minority/Women Business Enterprise, once registered;
6) that the City of Miami may share a firm's registration information conceming its minority/women status and
its capability with other municipal or state agencies for the sole purpose of accessing the firm to their
procurement opportunities, unless otherwise specified by the firrn in writing.
I (We) certify under the penalties of perjury that the information contained in any and all application documents
submitted to the City of Miami is correct as per Ordinance No. 10062 as amended.
Firm Name:
(If signing as a corporate officer, kindly affix corporate seal)
(Name, Title & Date) (Name, Title & Date)
This application must be signed by at least one general partner of a partnership or the proprietor of a sole proprietorship
or all partners of a joint venture.
NOTARIZATION
COUNTY, SS
COUNTY OF MIAMI- DADE Date:
That:
acknowledged the foregoing instrument as his/her act and deed.
That he/she has produced
personally appeared before me and
as identification.
NOTARY PUBLIC:
My Commission Expires:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY RESPONSE.
10/01 r'99 75 DRAFT
— 00— �rluzy
L
Crt►• of.Wtami. Florida ,,.� Towing Services front f
RFQ ,%'o. 98-99-1" 1
6.7 SAMPLE OF AFFIRMATIVE ACTION POLICY
for
EQUAL EMPLOYMENT OPPORTUNITY
AFFIRMATIVE ACTION/
EQUAL EMPLOYMENT OPPORTUNITY- POLICY STATEMENT
It is the policy of (Company Name) to base its hiring and promotions on merit, qualifications and competency and that
its personnel practices will not be influenced by an applicant's or employee's race, color, place of birth, religion,
national origin, sex, ape, marital status, veteran and handicapped status.
One of the management duties of all principals at (company Name) is to ensure that the following personnel practices
are being satisfied:
1. Take every necessary affirmative action to attract and retain qualified employees, regardless of race, color, place
of birth, religion, national origin, sex, age, marital status, veteran and handicapped status.
2. Maintain equitable principles in the recruitment, hiring, training, compensation and promotion of employees.
3. Monitor and review personnel practices to guarantee that equal opportunities are being provided to all
employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and
handicapped status.
(Company Name) is committed to take affirmative action and aggressively pursue activities that will serve to enable all
employees and applicants opportunities available throughout this organization.
Clearly, the above actions cannot be accomplished as a secondary duty for any individual, despite the full support of
management. And so, to monitor our efforts, (Company Name) has assigned one of its principals as the Affirmative
Action Director to monitor all activities of this program.
Employees may contact (Name of assigned principal) at (telephone number) regarding this Affirmative Action Policy.
DATE:
NAME OF FIRM:
(SIGNATURE/TftLE):
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY RESPONSE.
t
10/01/99
76
DRAFT
S !'-" i. r' 6 Z
('14, of Miami, Florida Towing services (Cont') R! '(? %o. 98.99-1 "l
6.8 STATEMENT OF INTENT TO COMPLY WITH ORDINANCE NO. 10032
Proposer certifies that (s)he has read and understood the provisions of City_ of Miami Ordinance No. 10032, pertaining
to the implementation of a "First Source Hiring Agreement".
Proposer will complete and submit the following questions as part of the RFQ. Evaluation of Proposer's
responsiveness to Ordinance No. )0032 may be a consideration in the award of a contract.
Violations of this Ordinance may be considered cause for annulment of a contract between the successful Proposer and
the City of Miami.
A. Do you expect to create new positions in your company in the event your company was awarded this contract by
the City?
Yes No
B. In the event your answer to Question "A" is yes, how many new positions would you create to perform this work?
C. Please list below the title, rate of pay, summary of duties, number of positions, and expected length or duration of
all new positions which might be created as a result of this award of contract.
VW� aitATE OF PP,Y NUNMER OF r .FNR
)SPIIOI�II%TTLE� ' . Hotiriy/Viteekly.. - . DUTIES PCGSITO]VS' :: DLIitArTION
3)
4)
5)
6)
7)
A) -----
(Use additional sheets if necessary)
COMPANY NAME:
SIGNATUR TITLE: DATE:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY RESPONSE,
10/01/99 77 DRAFT
V ft
v e.lf
7,mirir Sen•tces tcont fro \o 98-99-i "I
6.9. PRIiNIARI' OFFICE LOCATION AFFt.,AVIT
Please type or print clear!}. This affidavit must be completed in full, srpned and noterizHONI.l' if your primary office is located within
the eorpo!ate limits of the Cit. of Miami,
Legal Name of Firm: Entity Tvpe (check one box only) [j Partnership
[J Sole Proprietorship [J Corporation
Corporation Doc. No: Date Established: Occupational License No: Date of Issuance:
_ " On' - FI(iil a�l'Sme�n�t'�'�le`�`"- er:<
PRESENT
Street Address:
City; State: How long at this location:
PREVIOUS
Street Address:
City: State How long at this location:
According to Section 18-52.1(h) of the City of Miami Code, as amended:
The "City Commission may offer to a responsible and responsive local Proposer, whose primary office is located in the City of Miami, the
opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local Proposer does not exceed 110 percent of the
lowest other responsible and responsive Proposer."
The intention of this section is to benefit local bons fide Proposers to promote economic development within the corporate limits of the City
of Miami.
I (we) certify, under penalty of perjury, that the primary office location of our firm has not been established with the sole purpose of obtaining the
advantage granted bona fide local Proposers by this section.
Authorize Signature
Print Name
(Corporate Seat) Title
Authorize Signature
Print Name
Title
(Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all
partners of a joint venture.)
STATE OF FLORIDA. COUNTY OF NILANII-DADE
0 Personally known to me; or
Subscribed and Swom before me that this is a true statement this —day of 199_ 0 Produced identification:
Notary Public, Sate of Florida My Commission expires
(Seal)
Printed name of Notary Public
Please submit with your Response copies of Occupational License, professional and/or trade License to verify local status.
The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and
any other documents(s) to verify the location of the firm's primary office.
FAILURE TO COMPLETE. SIGN, AND RETURN THIS FORM MAY DISQUALIFY RESPONSE.
t
10/01 /99 78 DRAFT
vJ— 1/ U0
I
City of Ahamr, Florida Towing Services (Cont,) RFQ \Xu. 98-99-/-/
6.10. DEBARMENT AND SUSPENSION CITY OF MIAMI CODE SEC. I8-56.4
(a) Authority and requirement to debar and suspend:
After reasonable notice to an actual or prospective contractual part. and after reasonable opportunity to such
party to be heard, the City Manager, after consultation with the Director of Purchasing and the City Attorney,
shall have the authority to debar a contractual pa v, for the causes listed below from consideration for award of
city contracts. The debarment shall be for a period of not fewer than three () years. The City Manager shall
also have the authority to suspend a contractor from consideration for award of city contracts if there is probable
cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall
be exercised in accordance with regulations which shall be issued by the Director of Purchasing after approval by
the City Manager, the Cite Attorney, and the City Commission.
(b) Causes for debarment or suspension include the followine:
1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or
private contract or subcontract, or incident to the performance of such contract or subcontract;
2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or
destruction of records, receiving stolen property, or any other offense indicating a lack of business
integrity or business honesty;
3. Conviction under state or federal antitrust statutes arising out of the submission of bids or proposals;
4. Violation of contract provisions, which is regarded by the Director of Purchasing to be indicative of
nonresponsibility. Such violation may include failure without good cause to perform in accordance with
the terms and conditions of a contract or to perform within the time limits provided in a contract, provided
that failure to perform caused by acts beyond the control of a party shall not be considered a basis for
debarment or suspension;
5. Debarment or suspension of the contractual party by any federal, state or other governmental entity;
6. False certification pursuant to paragraph (c) below; or
7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility
of the contractual party performing city contracts.
(c) Certification:
All contracts for goods and services, sales, and )cases by the City shall contain a certification that neither the
contractual party nor any of its principal ow-ners or personnel have been convicted of any of the violations set
forth above or debarred or suspended as set forth in paragraph (b) (5).
The undersigned Hereby certifies that neither the contractual party nor any of its principal owners or personnel
have been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph
(b) (5)•
Company name:
Signature:
Date:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY RESPONSE.
IF
10/01 /99
79 DRAFT
00- w! Vo