Loading...
HomeMy WebLinkAboutM-96-0806J CITY OF MIAMI, FLORIDA INTER OFFICE MEMORANDUM OCT 17 1996 To FILE The Honorable Mayor and Members DATE : of the City Commission SUBJECT: Resolution Authorizing Award of Contracts for Towing Services FROM: M/e?e& Pm REFERENCES: C ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission review the staff proposal, select the companies which shall furnish towing and wrecker services to the City of Miami, and adopt the attached resolution authorizing the award of contracts to the companies listed 'herein. BACKGROUND: The Police Department coordinated the development of a Request for Qualifications (RFQ) and a Sample Agreement, working with the Departments of Procurement and Law. Proposals were received from eleven (11) towing agencies, on September 19, 1996 and investigations and inspections were conducted. A certification committee, comprised of staff from the Miami Police Wrecker Detail and the Department of Off Street Parking, reviewed the proposals and applications to provide towing and wrecker services to the City of Miami, which were submitted in response to the Request for Qualifications *95-96-161. The RFQ set forth the -City's terms and conditions under which a company would be permitted to provide towing and wrecker services to City departments, in particular the Police Department. The RFQ designated zones within the City for which an applicant could apply to provide the service. The certification committee inspected each of the applicants to determine if the City's requirements were met in regard to the business location, storage, equipment, licenses, and employees, while the Police Department investigated the companies and performed background checks. On the basis of the requirements of the RFQ and the results of the Police investigation, it was found that the below listed firms qualify to provide towing services in the designated zone. �F.-. 806 r r The Honorable Mayor and City Commissioners ZONE CURRENT PROVIDER NO. IN ZONE 1 Nu Way Auto Service 2 New Zone Created - Area Currently Served By Nu Way Auto Service 3 Nolan's Garage, Inc.,d/b/a Nolans Towing & Recovery 4 New Zone Created - Area Currently Served By Nolans 2: e QUALIFIED APPLICANT/S APPLYING FOR ZONE Nu Way Auto Service 551 NW 71 Street (Non -Minority) or Midtown Towing, Inc., 551 NW 72 Street (Non-Mi.nority) None a i q _ Grundon Transport Inc. d/b/a Nolan's 2951 NW 27 Avenue (Non -Minority) or Kings Wrecker Service, Inc., (Hispanic) or Downtown Towing Co. 2418 No. Miami Ave. (Female) Downtown Towing Co. 2418 No. Miami Ave. (Female) or Diaz Towing Service, Inc., (Hispanic) . 96- The Honorable Mayor and Page 3 . City Commissioners 5 Molina Towing, Inc., Molina Towing, Inc., (Hispanic) or Kings Wrecker Service, Inc., (Hispanic) 6 Ted & Stan's Ted & Stan's Towing Towing 3075 SW 28 Street (Non -Minority) or Diaz Towing Service, Inc., (Hispanic) 7 New Zone Created- Banos Towing Service Area Currently Served By Corp. Molina, Freeway, Southland, 2100 NW 17 Avenue ` Ted & Stans (Hispanic) } - t 8 Blanco Towing, P. Blanco Towing, Inc., d/b/a Inc., d/b/a Freeway Towing Freeway Towing i (Female) M 9 Southwest Transport, i Southwest Transport, Inc., d/b/a "South- Inc., d/b/a "Southland" } land" the Towing the Towing Company Company 3870 Shipping Avenue (Non -Minority) 1 1 8f�- 806 3 r The Honorable Mayor and City Commissioners In accord with the RFQ, only one Towing Agency per zone may be contracted to provide services, unless no qualified Towing Agency is available to provide service to a zone. As in the past, one of the most equitable features of the towing contract system of the City is that a citizen will pay the same amount regardless of their location in the City. Maintaining the same towing costs citywide is also more feasible administratively, facilitating consumer information and record keeping. It i s preferred that proposer' s faci 1 i ty be 1 ocated i n the zone applied for, or in close proximity thereto, to maximize quick response time and for ease in administering the contract. In addition, the following firms shall be authorized to tow city-* vehicles, on a rotation basis: Banos Towing Service Corp. Blanco Towing Inc. dba Freeway Towing Diaz Towing Service Inc. Downtown Towing Co. King's Wrecker Service, Inc. Midtown Towing of Miami Molina Towing, Inc. Ted & Stan's Towing CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Merrett R . Stierhe im DATE: OCT 17 1996 FILE: City Manager SUBJECT: Proposed Resolution FROM: Vn d H. %VarshaW REFERENCES: Resolution Authorizing Chief of Police Award of Contracts for ENCLOSURES: Towing Service Please find the attached package for inclusion on the next available Commission Agenda. The Police Department is also recommending that due to the fiscal crisis in the City, the contract towing rates should be amended as follows: The towing agency shall receive $60.00 for a tow and the City j shall receive $20.00 for their administrative fee for a total of $80.00. The current proposed RFQ called for $65.00 for the towing agency and $15.00 for the City. Should you have any questions or need additional information, please contact me at extension 6565. P CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Merrett R. Stierheim DATE October 8, 1996 FILE: City age ` SUBJECT: Supplemental Report on Towing/Wrecker Services RFQ Agenda Item FROM: J dy S. Cart REFERENCES C f Proc nt Officer ENCLOSURES: On September 3, 1996, the City duly delivered and advertised RFQ 95-96-161 for towing and wrecker services for the Miami Police Department. Eleven (11) proposals were received in response to this RFQ. The following is a summary of the findings of the certification committee when the proposals were reviewed. BANOS TOWING SERVICE, CORP. Address: 2100 NW 17 Avenue, Miami, FL 33142 Owners: Domingo and Emelia Banos Equipment - Wreckers: Class A -3, Class B - 1, Class C - 2 Flatbeds: Class A -5 Zone Requested: 7 Note: Located in close proximity, 1 block N. of Zone 7 City Vehicle Towing: Yes M/WBE Status: H r BLANCO TOWING INC. dba FREEWAY TOWING Address: 2246 NW 25 Avenue, Miami, FL 33142 I Owners: Mrs. Zeida Blanco ' Equipment - Wreckers: Class A -6, Class C - 1, Class D -1 Flatbeds: Class A -1, Class B - 2 Zone Requested: 8 Note: Located in close proximity, est. 8 blocks N. of Zone 8 City Vehicle Towinq: Yes j M/WBE Status: F I i DIAZ TOWING SERVICE, INC. I Address: 2110 N. Miami Avenue, Miami, FL 33127 fOwners: Jose & Martha Diaz i i Equipment - Wreckers Class A -8, Class C -1, Class D - 1 Flatbeds: Class A -2, Class B -1 t Zone Requested: 4 or 6 Note: Located in Zone 4 City Vehicle Towinq: Yes M/WBE Status: H s i 7 �- 806 Merrett Stierheim Supplemental Towingrt Page 2 DOWNTOWN TOWING CO. Address: 2418 N. Miami Avenue, Miami, FL 33127 Owners: Rachel del Rosal Equipment - Wreckers: Class A -2, Class B - 2, Class D - 1 Flatbeds: Class A -4 Zone Requested: 4, 3 or other Note: Located in Zone 4 City Vehicle Towing: Yes M/WBE Status: F GRUNDON'S TRANSPORT, dba NOLANS Address: 2951 NW 27 Avenue, Miami, FI 33142 Owners: Sandra McCiaskey Equipment - Wreckers: Class A -4, Class B - 1, Class C - 2 Flatbeds: Class A -2 Zone Requested: 3 Note: Located within Zone 3 City Vehicle Towing: No M/WBE Status: NM KING'S WRECKER SERVICE, INC. Address: 1529 NW 37 Street, Miami, FL 33142 Owners: Jorge L. Salazar Equipment - Wreckers: Class A -8, Class B -1, Class D -1 Flatbeds: Class A -2 Zone Requested: 3 or 5 Note: Located in Zone 3 City Vehicle Towing: Yes M/WBE Status: H MIDTOWN TOWING OF MIAMI Address: 551 NW 72 Street, Miami, FL 33150 Owners: Howard & Lauraine Lichtman Equipment - Wreckers: Class A -4, Class B -1, Class C - 2 Flatbeds: Class A -6 Zone Requested: 1 Note: Located in Zone 1 City Vehicle Towing: Yes M/WBE Status: NM Merrett Stierheim Supplemental Towing ,port Page 3 MOLINA TOWING INC. Address: 2151 NW 7 Avenue, Miami, FL 33127 Owners: Orlando Molina, Edith Molina, & Zoila Molina Equipment - Wreckers: Class A -6, Class B -1, Class C - 2 Flatbeds: Class A -3 Zone Requested: 5 Note: Located in close proximity, 1 block N. of Zone 5 City Vehicle Towing: Yes M1WBE Status: F NUWAY TOWING SERVICE, INC. Address: 551 NW 71 Street, Miami, FL 33150 Owners: David Miller, Laura Miller, Walter Miller, & Teresa Miller Equipment - Wreckers: Class A -3, Class B -1, Class D -1 Flatbeds: Class A -2 Zone Reouested: 1 Note: Located in Zone 1 City Vehicle Towing: No MIWBE Status: NM SOUTHWEST TRANSPORT, INC., dba_SOUTHLAND TOWING Address: 3870 Shipping Avenue, Miami, FL 33146 Owners: Tamara S. Shannon & John T. Dollar Equipment - Wreckers: Class A -5, Class B - 2, Class D -1 Flatbeds: Class A -5 Zone Requested: 9 Note: Located in Zone 9 City Vehicle Towing: No M/WBE Status: NM TED & STAN'S TOWING SERVICE INC. Address: 3075 SW 28 Street, Miami, FI 33133-3505 Owners: Stanley Mykytka, Teresa Mykytka & the estate of Janeene Mykytka Equipment - Wreckers: Class A -3, Class B -1, Class_ C - 2 Flatbeds: Class A -5 Zone Requested: 6 Note: Located in close proximity, est. 14 blocks W. of Zone 6 City Vehicle Towing: Yes M/WBE Status: NM Zone 2 was not requested by any proposer. Zone 3 was requestedby three (3) proposers - Downtown, Nolan's & King's 1 Zone 1 was requested by two (2) proposers - Midtown & Nuway Zone 5 was requested by two (2) proposers - King's & Molina. Enc. Resolution 1i RFQ NUMBER: REQ 95-96-161 RFQ AWARD FORM! COMMODITY/SERVICE:TOWING & WRECKER SERVICES DEPARTMENT / DIVISION: MIAMI POLICE - WRECKR DETAIL TERM OF CONTRACT: INITIAL ,H (3) YEARS, -WITH 2 ADDITIONAL ONE (1) YEAR OPTIONS NUMBER OF RFQS DISTRIBUTED: ELEVEN (11) NUMBER OF RFQS RECEIVED: ELEVEN (11) METHOD OF AWARD: One towing agency per Zone, as determined by the City Commission TOWING AGENCIES STATUS: CONTRACT VALUE*: BANOS TOWJNL SERVICE CORP. H N/b B1ANCO dba FREEWAY TOWING E NLA DIAZ ZQW�NG SEBYXf1RC. H NLA DOWNTOWN TOWING CO. E NZA KING'S WRECKER SERVICE INC. H NLA MIDTOWN TOWING OF MIAMI sm NL9 MOLINA TOWNQJN-r., E WA GRUND N(� S dba NQJ,AiyU RM WA NUWAY TOWING SERVICE-M. KM NLA SQUTHWEST dbaOUTHLAND KNI NLA T,ED UTAN'S TOWING SERVICE NM N1A *Explanation:_ The City of Miami does not ray these wrecker cnmpani4w for this service, however, f-hp_S'if-T-.iP1 yes an Adm; nistrati.ep €tee THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The Police Department requires towing services to remove vehicles resulting from accidents, vehicles posing traffic hazards, scofflaw vehicles, stolen vehicles and vehicles impounded from arrests. ACCOUNT CODE(S): N/A DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: PI 0-71 De a went Director/ Dipak M. Parekh De ignee Deputy Director OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE: PAGE 2 OF 2 PAGES 9 dV s \Prter ,rocu ement Officer 11 90- 806 :ITY OF MIAMI, . FLORIDA RFQ NO. R95-96-1t1 FQ. SHEET (Continued) if, WANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE.IN THE, if, ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. 'erms: N/A (Include cash discount for prompt payment, if any) Ldditional discount of N/A if awarded all items. farranty and/or guarantee: N/A )elivery: calendar days required upon receipt of Purchase Order or Notice f Award. Number of calendar days required to complete work after start. �!:n accordance with the Invitation to Bid, the Specifications, General conditions, Special :onditions, and General Information to Bidders, we agree to furnish the Items) at Prices Indicated on the, attached bid sheet (s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): I DOMINGO BANOS DOMINGO BANOS (PRESIDENT) F"CIA BANOS EMELIA . EMELIA BANOS (SECRETARY) a) List principal business address: (street address). 2100 N.W. 17 AVE. MIAMI, FLORIDA 33142 b) List all other offices located in the State of Florida: (street address) N/A f�(Please use the back of this page if more space is necessary) I MINORTTX PROMEMNNT COMPL.IANCFs The undersigned bidder acknowledges that (sthe has received a copy of ordinance #10062 as amended, the Minority Procurement ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, incl any amendments thereto. Bidder: BANOS TOWING SERVICE CORP Signature: company name) Date: Print Name: DOMINGO BANOS Indicat if Business is 51% Minority -owned: (Check One box only) indica4 [ ] BLACK [X] HISPANIC [ ] FEMALE FFTRMATTVF A ION P .AN If firm has an existing plan, effective date of implementation: 1987 IfoLrm does not have an existing plan, the Successful Bidder(s) shall be required tt estaAlish an Affirmative Action policy, pursuant to Ordinance #10062 as amended. See Appendi I for sample. f ^� Bidder:BANOS TOWING SERVICORP-Signature: Q �' (company name) 13 Ty OF MIAMI, FLORIDA "` RFQ NO. R95-96-M 2. SHEET (Continued) MET=: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. rags: NET 30 (Include cash discount for prompt payment, if any) Utional discount of N/A if awarded all items. rranty and/or guarantee: AS PER CONTRACI S FCTEICATTONS livery:_calendar days required upon receipt of Purchase Order or Notice Award. \IMEDIATE Number of calendar days required to complete work after start. accordance with the Invitation to Bid, the Specifications, General Conditions, Special tditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices Acated on the' attached bid sheet (s) . NAMES OF COMPANY OWNER(S) : NAMES OF COMPANY OFFICER(S): HOWARD LICHTMAN HOWARD LICHTMAN LAURAINE LICHTMAN LAURAINE LICHTMAN List principal business address: (street address) _;ak551 N.W. 72 STREET MIAMI ^_FLORIDA 33150 List all other offices located in the State of Florida: (street address) 261 N.W. 79 STREET MIAMI FLORIDA 33150 2047 N.E. 154 STREET N.M_B_ FT,Q'RIT)A 44769 Lease use the back of this page if more space is necessary) MINORITY PR RMRNT COMPL. ANCR undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as !!nded, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all ilicable substantive and procedural provisions therein, including any amendments thereto. A ider:MIDTOWN TOWING OF MIAMI, INC. Signature: f% 6 RCS (company name) te: SEPTEMBER 12.1996 Print Name: AOWARD LTCffTMAN iicate if Business is 51% Minority -owned: (Check im box only) �] BLACK [ ] HISPANIC [ ] FEMALE AFFIRMATIVE ACT ON P .AN firm has an existing plan, effective date of implementation: firm does not have an existing plan, the Successful Bidder(s) shall be required to '.ablish an Affirmative Action Policy, pursuant to Ordinance #10062 as. amended. See Appendix or sample. 3der: MIDTOWN TOWING OF MIAMI, INC. Signature: "0A) bL eJ (company name) LLUREJ-LUMLETE. SIGP1, AIdII RETURN THIS FORM MAY DISQUALIFY PROPOSAL.15 961- 806 P OF .MIAMI, FLORIDA - RFQ NO. R95-96-1151 FQ SHEET (Continued) _ BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBERr TIME AND DATE OF BID OPENING. .,,IF SECURITY IS REQUIREDr A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPES. 'erms: (Include cash discount for prompt payment, if any) Ittional discount of if awarded all items-. anty and/or guarantee° now )ellvery: calendar days required upon receipt ,of Purchase Order or Notice f. Award. MEN Number of calendar days required to complete work after start. ccordance with the Invitation to Bid, the Specifications, General Conditions, Special :onditions, and General Information to Bidders, we agree to furnish the Item(e) at Prices 'cated on the•attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): BT BAi('1a TLZwlWc 7,�; c3a RY ancn_4 Prasad®nt d/b/a FREEWAY TOWING Zeida Blanco Rist principal business address: (street address), 2246 N14 25 Ave Miami , Fl 33'1`42 List all other offices located in the State of Florida: (street address) 1301 SW 71 Ava Miami_ F7 4iiAA (Please use the back of this page if sdore space is necessary) MINORJ= PROCUREMENT MMELIANCE ro undersigned bidder acknowledges that (e)he has received a copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all icable substantive and procedural provisions therein, including any amendments thereto. Blanco Towing Inc d/b/a/ -^ Bidder:. �nw xr, Signature: (company name) e: 09-09-96 Print Name. ZEIDA BLANCO Indicate if Business is 51% Minority -owned: (Check one box only) 14 BLACK [ ] HISPANIC- fX ] FEMALE firm has an existing plan, effective date of implementation: • 1976 firm does not have an existing plan, the Successful Sidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #'10062 as amended. See Appendix r sample. Blanco Towing Inc d/b/a/ Bidder: FREEWAY TOWING Signature:_a2 (company name) 17 96- 806 r 'Y OF .MIAMI, FLORIDA ~� RFQ NO. R95-96-1-61 SHEET (Continued) Lama. BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. NET 30 s: (Include cash discount for prompt payment, if any) fitional discount of N/A % if awarded all items. �ranty and/or guarantees AS PER CONTRACT SPECIFICATIONS I-ivery: 1 calendar days required upon receipt of Purchase Order or Notice Award. (MMEDIATE Number of calendar days required to complete work after start. accordance with the Invitation to Bid, the Specifications, General Conditions, Special diti.ons, and General Information to Bidders, we agree to furnish the Items) at Prices �cated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): TAMARA S. SHANNON NAMES OF COMPANY OFFICER(S): PAUL KNITTEL SR JOHN T. DOLLAR JOHN T. DOLLAR'' BARBARASIRKUS List principal business address.: {street address) TAMARA S. SHANNON 3870 SHIPPING AVENUE MIAMI, FLORIDA 33146 List all other offices located in the State of Florida: (street address) 9738 S.W. 168 TERRACE PERRINE, FLORIDA 33157 OFFICE OF JOHN T. DOLLAR 7320 N.W. 70 STREET MIAMI, FLORIDA 33-166 lease use the back of this page if more space is necessary) MINORI= -PROCUREMENT COMELTAN e undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as ended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all Ilicable substantive and procedural provisions therein, �iu to nts thereto. .dder: SOUTHWEST -TRANSPORT, INC. Signature: (company name} te: SEPTEMBER 13, 1996 JOHN T. DOLLAR Print Name: ,-iicate if Business is 51% Minority -owned: (Check one box only) ] BLACK [ ] HISPANIC [ ] FEMALE AEFTRMATTYE Aj=jQN PLAN UANUARY 1995 firm has an existing plan, effective date of implementation: firm does not have an existing plan, the Successful Bidder(s) shall be required to ,tablish an Affirmative Action Policy, pursuant to Ordinance 10062 as amended. See Appendix or sample. --�j?:::�— idder.: SOUTHWEST TRANSPORT, INC Signature: (company name) 4T1 11RF TO COMPLETE_,-SLCN, ANn RETURN TliI�S FORM MAY DISQUAI LFY PROPOSAL. 19 � )F MIAMI, FLORIDA RFQ NO. R95-96-1151 iEET (Continued) : BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE TACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. SECURITY IS REQUIRED,, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR ND IS SUBMITTED IN THIS ENVELOPE. 30 days (Include cash discount for prompt payment, if any) iscoun-t for prompt Payment within 30 days Tonal discount of -O- if awarded all items. my and/or guarantee: N/A ery: N/A calendar days required upon receipt of Purchase Order or Notice ard. Number of calendar days required to complete work after start. :ordance with the Invitation to Bid, the specifications, General conditions, special ions, and General Information to Bidders, we agree to furnish the Item(s) at Prices ted on the'attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): :HEL DEL ROSAL RACHEL DEL ROSAL — PRESIDENT DAGMAR R. DEL ROSAL - VICE PRESIDENT. st principal business address: (street address). 18 North Miami Avenue, Miami, Florida 33127 _st all other offices located in the State of Florida: (street address) ise use the back of this page if more space is necessary) i I MTNORLTY PROC MRMTNT CQME!I.IANt'F { indersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 as ed, the Minority Procurement Ordinance of the City of Miami and agrees to co ply with all cable substantive and procedural provisions therein, ih ud n n e t thereto. r:DOWNTOWN TOWING COMPANY Signature: (company name) September 16; 7996 Print Name: Dagmar R. Del Lsal Cate if Business is 51% Minority -owned: (Check one box only) BLACK [ J HISPANIC [X] FEMALE AFEIRMATTME ACTION PT.AN i.rm has an existing plan, effective date of implementation: Since 1978 jirm does not have an existing plan, the Successful Bidder(s) shall be required to )lisp an Affirmative Action Policy, pursuant to Ordinance 10062 as amended. See Appendix j- sample, __ --- jter: DOWNTOWN TOWING COMPANY Signature:—,� ti (company name) .UREJO-CQMELEIE . S I GK, ,A R�T� B1`L TH I S FORS MAY D I SQUA _ T FY PROPOSAL. - 21 - 96- 806 FLORIDA (Continued) RFQ NO. R95-96-Itt BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ,,ACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF . OPENING. E SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. eras: N/A (Include cash discount for prompt payment, if any) dditional discount of N/A % if awarded all items. arranty and/or guarantees N/A elivery: N/A calendar days required upon receipt of Purchase Order or Notice f Award. N/A Number of calendar days required to complete work after start. i accordance with the Invitation to Bid, the Specifications, General Conditions, Special )nditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices idicated on the'attached bid sheet(s). NAMES OF COMPANY OWNER(S): Sandra J. McClaskey NAMES OF COMPANY OFFICER(S): Holly M. Rivera Sandra J. McClaskey Dawn M..McClaskey List principal business address: (street address) �2951 NW 27 Avenue, Miami, FL 33142 1 List all other offices located in the State of Florida: (street address) N/A .3iease use the back of this page if more space is necessary) MINORITY PROC°tERRMENT COMPLIANCE e undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as .ended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all plicable substantive and procedural provisions therein, incl ing any amendments thereto. _dder:Grundan.Trans ort Inc dba Signature: (company name) Nolan's tte: September 18, 1996 Print Name: Sandra J. McClaskey idicate if Business is 51% Minority -Owned: (Check one box only) ] BLACK [ ] HISPANIC +[X] FEMALE AFFIRMATIVE ACTION PLAN firm has an existing plan, effective date of implementation: N/A i firm does not have an existing plan, the Successful Bidder(s) shall be required to tablish an Affirmative Action 'Policy, pursuant to Ordinance #10062 as amended. See Appendix for sample. Grundon Transport, Inc. .dder: dba Nolan's Signature: (company name) ,ILURE 10 C011ELEIEM, AND -RETURN THIS FORM MAY DISQUALIFY PROPOSAL. 23 -� 99- 806 r 1 OF MIAMI, FLORIDA RFQ NO. R95-96-161 SHEET (Continued) 0 t BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIREDe A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR 1 BOND IS SUBMITTED IN THIS ENVELOPE. p:as: 30 days (Include cash discount for prompt payment, if any) �iitional discount of 0 if awarded all items. �rranty and/or guarantee: Terms of contract �Iivery:(1)one calendar days required upon receipt of Purchase Order or Notice Award. to rack- t-„member of calendar days required to complete work after start. 1 $ accordance with the Invitation to Bid, the Specifications, General Conditions, Special ditions, and General Information to Bidders, we agree to furnish the Items) at Prices ficated on the'attached bid sheet(s). NAMES OF COMPANY OWNER(S�: NAMES OF COMPANY OFFICER(S): %avid E. Miller, Laura E. Miller David Ea Miller, President Halter R. Miller, Teresa M. Miller Walter R. Miller, Vice -President ® alter J.Miller Teresa M. Miller, Laura E Miller List principal business address: (street address). ® 551 N.W. 71 Street, Miami, Florida 33150 ® List all other offices located in the State of Florida: (street address) ! None ilease use the back of this page if more space is necessary) NfS�T�PRcx?LiRRMENT COMPLIANCE neundersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as nded, the Minority Procurement Ordinance of the City• ami and agr do to comply with all klicable substantive and procedural provisions the n, i 1 :and a amendments thereto. �dder: Nu -way Towing Service, Inc. Signaturea,- (company name) ste: September 1S, T996 Print Name: David E. Miller ®dicate if Business is 51% Minority -owned: (Check one box only) ]BLACK [ ] HISPANIC [ ] FEMALE AFFTRMATTME ACTION PLAN February 12, 1976 firm has an existing plan, effective date of implementation: firm does not have an existing plan, the Successful Bidders all be required to "stablish an Affirmative Action Policy, pursuant to ance1006 as ended. See Appendix kor •sample. tdder: Nu -Way Towing Service, Inc. Signature: Lb (company name) �TI 11PP Tn rnmp1 17T1- CTAN . ANn RFTIIRN THIS FORM PROPOSAL. �R 25 8 06 y ITY OF MIAMI, FLORIDA _ RFQ N0. R95-96-Itl FQ SHEET (Continued) Bp0 T NT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. erms: (Include cash iscount for prompt payment, if any) dditional discount of if awarded all items. arranty and/or guarantee: elivery: calendar da qui e upon receipt of Purchase Order or Notice f Award. 0 Number of calendar days required to complete work after start. n accordance with the Invitation to Bid, the Specifications, General conditions, special onditions, and General Information to Bidders, we agree to furnish the item(s) at Prices adicated on the, attached bid sheet (s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): ZOILA MOLINA ORLANnn MQT TNA� jLF_& 77NT ' EDITH MOLINA EDITH MOLINA VTC E PRF,EI_Mi:W__ ORLANDO MOLINA ZOILA MOLINA SFC:RF,TARV List principal business address: (street address): .2151 NW 7th AVENUE MIAMI, ,FLORIDA 33127 List all other offices located in the State of Florida: (street address) N/A Please use the back of this page if more space is necessary) MINORITY 21322QREMENT =NPi. AN he undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as mended, the Minority Procurement ordinance of the City of Miami and agrees to comply with all pplicable substantive and procedural provisions therein, in 1 i:�(L any ame nta thereto. ,�`,�z .idder: MOLINA TOWING. INC. Signature: (company name) ORLANDO M INA late: SEPTEMBER 19, 1996 Print Name: ndicate if Business is 51% Minority -owned: (Check o8 box only) ] BLACK [ ] HISPANIC [X] FEMALE AFETRMATXVF. ACTTON PT.AN f firm has an existing plan, effective date of implementation: 12/78 f firm does not have an existing plan, the Successful Bidder(s) shall be required tc stablish an Affirmative Action Policy, pursuant to Ordinance 10062�as amended. see Appendix for sample. MOLINA TOWING, INC. r .idder: Signature:(" C%�--�----- (company name) 'AI LUR U_C.OMPLEIE __-U6aN . AND RE URN TH I S F_ORM MAY _J) I S011ALI FY PM10-SAL- . 27 0�: 806 Li ITY OF MIAMI, FLORIDA RFQ NO. R95-96-1%1 FQ. SHEET (Continued) i = BID SHEET AND ATTAC. iMENTS MUST BE RETURNED IN TRIPLICATES IN THE rTA�D ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF STD OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. 'erms: N/A (Include cash discount for prompt payment, if any) Aditional discount of N/A _� if awarded all items. iarranty and/or guarantee! N/A aelivery: N/A calendar days required upon receipt of Purchase Order or Notice )f Award. Number of calendar days required to complete work after start. .n accordance with the Invitation to Bid, the Specifications, General Conditions, Special !onditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices .ndicated on the* attached bid sheet (s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): JORGE L. SALAZAR JORGE L. SALAZAR, PRF.SIDZUrr JORGE.L. SALAZAR, SECRETARY 1) List principal business address: (street address) 1529 N.W. 37th Street, Miami, Florida 33142 �) List all other offices located in the State of Florida: (street address) none (Please use the back of this page if more space is necessary) THORT= PROCgMRMFNT MMPL TANCR The undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062a) amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with al: applicable substantive and procedural provisions therein, including any amendments thereto. Bidder: King ' s Wrecker Service, Inc. Signature: (company name) Date: September 9, 1996 Print Nam JORGE L. SALAZAR Indicate if Business is 51% Minority -owned: (Check one box only) [ ] BLACK (X] HISPANIC [ ] FEMALE AFRTRMATIYE ACTION PLAN If firm has an existing plan, effective date of implementation: July 30, 1996 If Iirm does not have an existing plan, the Successful Bidder(s) shall be required t es A ish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendi I for sample. Bidder: King's Wrecker Service,. Inc. Signature: !� (company name) JO GE L. SAL AZAR 29 ••�'" Y^ ^^"^� �Tr fTP�t,l Aun .g17T11RN TIMC rnRM MAY MQUAL T Y PROPOSAL. _ qf'-- 806 r TY OF MIAMI, FLORIDA RFQ NO. R95-96-161 Q. SHEET (Continued) ' (P T : BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED By BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. !rms:30/60/90 (Include cash discount for prompt payment, if any) lditional discount of 0 % if awarded all items. irranty and/or guarantee: No :livery: 0 calendar days required upon receipt of'Purchase Order or Notice Award. 0 Number of calendar days required to complete work after start. accordance with the Invitation to Bid, the Specifications, General Conditions, Special nditions, and General Information to Bidders, we agree to furnish the Items) at Prices dicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): Stanley T. Mykytka.. Janeene Mykytka (Estate) NAMES OF COMPANY OFFICER(S): Stanley T. Mykytka Janeene Mykyt}ca ( EGt-a i-e ) Teresa Mykytka Cardona Teresa Mykytka Cardona List principal business address: (street address). 3075 S.W. 28 Street Miami, Florida 33133 List all other offices located. in the State of Florida: (street address) None ?lease use the back of this page if more space is necessary) MINORT= PROCUREMENT COMPLIANCE ie undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as vended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all ?plicable substantive and procedural provisions therein, including any amendments thereto. idder:Ted & stan's Towing ServidepIn�Signature• (company name) - ate: 9/18/96 Print Name: Stanley T. Mykytka ndicate if Business is 51% Minority -owned: (Check on box only) ] BLACK [ ] HISPANIC [X ] FEMALE S £t- AF IR A IjE ACTION PTA r f firm has an existing plan, effective date of implementation: •\j I(AN a a-? i % ) 9 f firm does not have n plan, the Successful Bidder(s) shall be required to stablish a firtiv mae Action•Policy, pursuant to Ordinance #10062 as amended. See Appendix for sample. idder:Ted & Stan's Towing Service, Inc ,Signat ure: / (company name) AILURE TO MELEIE, SIGN. AND RFT[[RN THIS FfiRM MAY DISQ [ALIFY PRMSAL-_.-31 �Ij- r ITY OF MIAMI, FLORIDA - RFQ NO. R95-96-1'61 FQ. SHEET (Continued) ,NPAP : BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE *-HAACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. °erms:,�i_ria�(Include cash discount for prompt payment, if any) Aditional discount of +: if awarded all items. 'arranty and/or guarantee: 1elivery:=Mcalendar days required upon receipt of Purchase Order or Notice f Award. { Number of calendar days required to complete work after start. n accordance With the Invitation to Bid, the Specifications, General Conditions, Special onditions, and General Information to Bidders, we agree to furnish the Items) at Prices ndicated on the'at-tached bid sheet(s). NAMES OF COMPANY OWNER(S)- NAMES OF OMPANY.OFFICER(S): i) List principal business ad4ess: (street address) in 3) List all other offices located in the State of Florida: (street address) (Please use the back of this page if more space is necessary)' MT1,140RI57 PIMGL EMRNT COMP .TANG Phe undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 as amended, the Minority Procurement ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, inTn, amendments thereto. O Bidder: iZ 10u �TV. T. . Signature: Company e ) Date: Print Name: Q"Z_ Indicate if Business is 51% Minority -owned: (Check one box only) s [ ] BLACK [V�HISPANIC [ ] FEMALE AEFIRMATIVE ACTION PLAN I If firm has an existing plan, effective date of implementation: _ n/A If, �-,irm does not have an existing plan, the Successful Bidder(s) shall be required to esalish an Affirmative Action Policy, pursuant to Ordinance Tas amended. See Appendix I for sample. Bidder: NCAz_ •;-' _r . Signature: (company namej FAILURE-OIQ_�RLEIE. SIGN, AND M MAY DISQUALIFY PROPOSAL. 33 �� 806 Wrecker Svc. nRAFT CITY OF MIAMI TOWING AGREEMENT/1 THIS AGREEMENT, made and entered into this _ day of , 199_ 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, the City Commission pursuant to resolution No.-96 authorized the City to award a contract, pursuant to the terms and conditions of Request for Qualifications 95-96-161 R, (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 Exhibit 1 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 II - 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 Departciient (b) Fire, Rescue and Inspection Services ("FRI'7 (c) Department of General Services Administration & Solid Waste ("GSA') (d) City of Miami Fleet Services Center ("FLEET") All requests generated by the FRI, GSA and FLEET departments must be authorized by the chief and director of the departments. Towing Agency however, shall have the right to assume upon receipt of the requests; that the same have been authorized as herein provided Pg. 1 35 96- 806 r t Wrecker Svc. r" "�kTTACHMENT B SECTION III - 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 appointed as follows: a staff person appointed by the Director of the Police Department; a Supervisor from 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 (24) hours a day, seven (7) days a week, and respond to calls for service from the City. (Note: requests may come also from FIRE, GSA & FLEET) (2) Towing Agency shall have sufficient personnel to staff the facility utilizing the same schedule as the City Pound, Monday to Saturday 8 a.m. to 5 p.m., for the purpose of releasing vehicles to owners, and also agrees to provide for the special release of vehicles twenty-four (24) hours a day, seven (T) 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 X 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 XX and XXI 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 trucks shall not use rotating beacons when proceeding to a call unless authorized by the police dispatcher. Pg. 2 36 96 - 806 Wrecker Svc. ATTACHMENT B (9) 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. (10) 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. I (11) 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 curb -side. Tow truck operators shall be directed in this task by the police unit assigned the call. (12) 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. (13) Towing Agency shall assume all responsibility for damage done to a vehicle towed, or to ybe 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. i (14) Towing Agency shall not make any repairs to any towed vehicle without the express consent of the owner of the vehicle. (15) 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 track operators. This file must be kept current and available for inspection by City at all times. (16) Towing Agency shall remain equipped and shall comply with all requirements set forth in the RFC throughout the entire term of this Agreement. 4 (17) Towing Agency office and storage area must remain at the location stated by the agency f 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. (18) 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. In such case a towing agency from Zone 9 shall be requested to perform the service. (19) 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. (20) Towing Agency shall provide adequate insurance coverage as indicated below, in Section XXXIX. SECTION V - CANCELLATION OF TOWING SERVICE: Pg. 3 37 90-- 806 Wrecker Svc. ATTACHMENT B 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 generate the request, as listed in Section Il 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 - EMPLOYEES OF TOWING AGENCY: All persons employed by the Towing 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. Each Towing Agency shall have in its files a Division of Motor Vehicle report on each tow truck operator under its employment. SECTION VII - 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. 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. 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 XIV, 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. 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 Pg. a 38 1 06- 806 1i Wrecker Svc. ATTACHMENT B Agency shall not charge any storage and/or administrative fee for an owner or designee to recover items from stored vehicle. 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 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 Vill - CITY -VEHICLE TOWING SERVICE: 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 Fleet Services Center, located at 1390 NW 20 Street, unless otherwise indicated by City of Miami Communications section or the Fleet Services Center. SECTION IX - 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 XV, E, of this Agreement. SECTION X - SPECIAL -EVENTS TOWING: The Police Department shall have sole discretion in the utilization of Towing Agencies for special events, or special operations which shall include D.U.I. roadblocks, various drug and prostitution stings, etc. Towing Agency assigned to the zone in which the Special Event is taking place, shall have the first opportunity to provide the services necessary for the event. If the Towing Agency servicing the special event or special operation provides unsatisfactory services, the commanding officer may call upon other City Towing Agencies giving priority to zone nine (9) which serves as citywide backup. 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 by the Traffic Section of the Police Department, all Towing Agencies shall be required to provide at least one (1) Class "A" Wrecker for Special Events. When asked to provide Special Events services, the Towing Agency shall be entitled to payment for the number of hours of standby time, reduced by the number of vehicles towed. Standby hours must be authorized by the Police Officer in charge at the scene. Pg. 5 39 96-- 806 �i Wrecker Svc. —,, ATTACBMENT B SECTION XI - 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 XII - 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 XIII - 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 Towing Agency upon 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 XIV - 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 Wrecker Detail. SECTION XV - MAXIMUM RATES: The following shall be the maximum rates allowed to be charged for services. The rates set forth in this section may be reviewed at the end of the first year of the term of this agreement and at any time thereafter, by representatives of the Police Department and the General Service Administration. City representatives will meet with a representative of each of the Towing Agencies under contract with the City as part of the review process. City representatives shall recommend to the City Manager for his approval, any proposed rate adjustments. Towing rates set forth in this Agreement shall be posted in a conspicuous place and in easily readable form. A. Towing Rates per Wrecker Class Pg. 6 9R-- SOR r Wrecker Svc. AYTACHMENT B 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. (1) Class "A" (a) Base Rate........................................................................... $80.00 (i) Towing Agency............................................................... $65.00 (ii) City Administrative Charge ............................................. $15.00 (b) Mileage Rate -after first five miles ....................................... $ 2.50 (2) Class "B" (a) Base Rate........................................................................... $150.00 (i) Towing Agency...............................................................$135.00 (ii) City Administrative Charge ............................................. $ 15.00 (b) Mileage Rate -after first five miles ........................................ $3.50 (3) Class "C" , (a) Base Rate........................................................................... $175.00 (i) Towing Agency...............................................................$160.00 (ii) City Administrative Charge ............................................. $15.00 (b) Mileage Rate - after first five miles ...................................... $4.50 (4) Class "D" (a) Base Rate...........................................................................$200.00 (i) Towing Agency............................................................... $185.00 (ii) City Administrative Charge ............................................. $15.00 (b) Mileage Rate - after first five miles ...................................... $4.50 NOTE: MILEAGE FEES SHALL NOT BE CHARGED FOR TOWING A VEHICLE TO A CITY OPERATED STORAGE FACILITY FROM WITHIN THE CITY LIMITS. MILEAGE FOR TOWING OUTSIDE CITY LIMITS TO OPERATED STORAGE FACILITY SHALL BE BASED ON THE ONE-WAY DISTANCE BETWEEN THE PICK UP POINT, AND THE CLOSEST POINT OF ENTRY INTO MIAMI CITY LIMITS. B. Auxiliary Charges Any auxiliary services (e.g., use of dolly, dropping and re -hooking linkage, 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 hour Air Cushion Recovery ..................................................................... $150.00 per hour (2) Towing Agency Administrative Services A. Basic Rate After First twenty four (24) hours ............................. $15.00 This administrative service is not an automatic "add -on" but only when required to comply with Florida Statutes section 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 Pg. 7 41 06-- 806 r Wrecker Svc. , ATTACHMENT 13 vehicle for ownership information; preparation and processing of paperwork; owner/lienholder information search; preparation and mailing of the first notification letter to owner. B. All actual fees imposed by a state for obtaining pertinent ownership information and actual postage fees will be in addition to "A" 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/iienholder information requests), will be done by CERTIFIED MAIL. This administrative service charge will not be imposed by the Towing Agency during the first twenty four (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. (3) Hourly Labor Rate. Charges for removal of driveline or axles, road service calls (including battery jump and tire change), and winching recovery (service shall not include 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 street, etc., shall be paid at the rate of $25.00 per hour. 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 j class of the wrecker used. 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 waifing 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. 42 (a) First 30 minutes on the scene included in base rate (b) Class "A" - Each 15 minute interval ........................................ $16.25 - Hourly rate ................................ :........................... $65.00 (c) Class "B" - Each 15 minutes interval ....................................... $32.75 - Hourly rate............................................................ $135.00 (d) Class "C" - Each 15 minutes interval.......... I ............................ $40.00 - dourly rate............................................................ $160.00 (e) Class "D" - Each 15 minutes interval ....................................... $ 46.25 - Hourly rate............................................................ $185.00 Pg. 8 96-- 806 Wrecker Svc. ATTACHMENT B 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. (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 per movement of vessel: (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 C. Underwater Recovery Services The above listed hourly labor rates, based on 15 minutes intervals, are the maximum allowable (per hour, and according to wrecker class and service required) for recovery from salt or fresh water. An additional tow truck for any class, when required shall also be charged at the regular towing rates set by this Agreement. If required, a Certified Salvage Diver shall be provided by City. D. Special Events/Standby Towing The below listed rates 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 hours standby time is reduced by 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 RATE SHALL APPLY AND BE AUTHORIZED, UNTIL THE COMPLETION OF THE EVENT. (1) Class "A" - Hourly standby rate ............................................... $65.00 (2) Class "B" -Hourly standby rate ................................ ................ $150.00 (3) Class "C" Hourly standby rate ................................................. $175.00 (4) Class "D" - Hourly standby rate ............................................... $200.00 E. Special Processing Towing Towing a vehicle for special processing ..................$32.50 (See Sections Vill and IX of this Agreement) F. Storage Rates 1i Wrecker Svc. ATTACHMENT B 1 Daily rates for all vehicle storage are based on a 24-hour day. The daily rate shall apply according to 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: I (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 (up to and including 314 ton truck) ' 4 Larger Vehicles -Dail rate ... $35.00 (Including trucks over 3t4 ton, boats, (one charge, with or without trailers), trailers, etc.) (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. C. Towing of Multiple Vehicles, Jet Skis, Engines, etc. A separate pound slip shall be completed on each vehicle, or item, and touring company shall be entitled to the specified tow fee for the required class wrecker on each vehicle or item. H. City -Vehicle Towing Towing prices shall be proposed based 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 prices listed below are maximum price ceilings. Tows within City, 30 min. maximum response time: ........................................... $17.00 Tows within Dade County, outside City, 1 hr. response time: ............ ; ................ $20.00 Tows within Broward County, 1 hr. 30 min. response time ................................. $33.00 Hourly wait time, paid on half-hour intervals: ...................................................... $15.00 Mileagerate....................................................................................................... $2.50 One-way mileage rate beginning either at northern Broward Countyline, southern Dade Countyline. The mileage rate shall be added to the flat nearest corresponding county tow 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 the flat Broward County rate, plus 15 times the mileage rate. Boat tows will be based on trailerable boats up to 30 feet and priced on a flat City rate , plus one- way mileage if towed from outside the City limits to pickup point. Response time follows the same rate as for vehicles: price open. Pg. 10 1 44 96- 806 Iji Wrecker Svc. �, ATTACHMENT B SECTION XVI - 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 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. i SECTION XVII - 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. l lSECTION XVIII - 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. Pg. 11 45 96- 806 Wrecker Svc. ATTACHMENT B It is hereby understood by and between City and Towing Agency that the payments due to City from Towing Agency shall be payable to City no later than the 20th day of the month, for all services rendered during the immediately preceding month. 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. City will waive City administrative cost if vehicle is not claimed by owner. A copy of the certificate of destruction or title shall be provided. SECTION XIX - 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) Personnel shall conduct themselves in a courteous and businesslike manner, so as not to 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 Towing Agency shall, constitute grounds for the summary and immediate revocation of this Agreement. Pg. 12 46 96- 806 I Wrecker $vr- A`i'TACHMENT B SECTION XX - 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 XXIII. (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 XXI - 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. Towing 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 (5) days after receipt of City's notice that it has drawn upon the Letter of Credit. SECTION XXII - DEFAULT 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 Section XX above and/or terminate this Agreement in accordance with the provisions of Section XXII below. SECTION XXIII - 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 to tow within the guidelines of this contract, after the third notice of poor performance. Pg. 13 47 96- 806 Wrecker Svc. �A`iTACHMENT B (b) The occurrence of a monetary default under Section XXI (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 XX above within the time specified therein. (d) Towing Agency's failure to comply with the insurance requirements set forth in Section XXXVIII hereof. (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. 0) Making any charge at rates greater than those established by this Agreement. (k) Making changes to the name, structure, control or entity of a Tovaing 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 XXIV - 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 XXV - COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Towing Agency and City of Miami shall comply with all applicable laws, ordinances and codes of Federal, State and Local governments. SECTION XXVI - 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 Pg. 14 48 96- 806 Li Wrecker Svc. ATTACHMENT B 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 XXVII - 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 XXVIII - 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. i W mclker Svc. , ATTACHMENT B i SECTION XXIX- 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 XXX - 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 XXXI - CONSTRUCTION OF AGREEMENT: This Agreement shall be construed and enforced according to the laws, statutes, and case laws of the State of Florida. SECTION XXXII - SUCCESSORS AND ASSIGNS: This agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors, and assigns. SECTION XXXIII - 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 XXXIV - 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 j 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), Dade County, Florida (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. 4 SECTION XXXV - INDEPENDENT CONTRACTOR l Pg. 16 I 50 96- 806 r Wrecker Svc. ATTACHMENT B 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. SECTION XXXVI - 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 XXXVII - 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 agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. SECTION XXXVIII - 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 Agreement are of no force or effect. SECTION XXXIX - 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 $1,000,000.00 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 $1,000,000.00 per occurrence for Bodily Injury and Property Damage combined. Pg. 17 51 96= 806 Wrecker Svc. ATTACHMENT B 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 XL - AMENDMENTS: City may, at its discretion, amend the Agreement to conform with 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. e Wrecker Svc. \ 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: Frank Rollason, Director Risk Management Department City Manager y (Title) ( Seal) APPROVED AND CORRI .1 n ' 1 t TOWING SERVICE ZONES CITY OF MIAMI, FLORIDA 8 ST. w South r. Southl. M N. PROSPECT DR. EXHIBIT 1 83 ST. T .71 ST. �- w a N )wn Towing Q- Towing 46 ST. gown- -Towing q. '.Tbwidg 4- 's Wrecker Mown Towing 491 o, Al is dba Grundon's 20 ST. -.Wrecker & mina -Towing Rx ER 7 w :wing FLAGLER ST. Tqjt�& S a 's Towing 4 Dia&-Towing EXHIBIT I CITY OF MIAMI, FLORIDA RFQ Na. 3P_5-2gJ-jU SPECIFICATIONVZONE LOCATIONS TOW TRUCK SERVICE 1. GENERAL The instructions to bidders, proposal, qualification forms and the general specifications are a part of this RFP and are further supplemented by the special provisions contained herein. If there are any inconsistencies between the special provisions and the above mentioned items, the special provisions shall govern. 2. LOCATION OF WORK: ZONES The Zones covered in this RFP are a defined below and per the attached map of same: ZONE I North: City limits East: NW 2 Avenue South: To NW 46 Street West* City limits ZONE 11 ZONE III 56 [i ZONE IV North: East: South: West: ZONE V North: East: South: West: ZONE VI North: East: South: West: ZONE VII North: East: South: West - EXHIBIT I To NE & NW 46 Street To Biscayne Bay To NE & NW 20 Street To Interstate 95 To NE & NW 20 Street , To Biscayne Bay, including Biscayne Isle and San Marco Isle Miami River (including City Auto Pound) To NW 17 Avenue Miami River To Biscayne Bay, including Rickenbacker Causeway to middle of second bridge, and Virginia Key 4 To Biscayne Bay, including Claughton Isle To NW 12 Avenue north of Flagler Street; To NW 17 Avenue south of Flagler Street To NW 20 Street from NW 17 to 27 Avenue on the North side of River, To Miami River from NW 12 to 27 Avenue on South Side of River To NW 12 Avenue To West Flagler Street east of SW 17 Avenue; To SW 8 Street West of 17 Avenue NW 27 Avenue north of NW 7 Street and South of West Flagler Street; NW 22 Avenue south of NW 7 Street and north of West Flagler Street �i EXHIBIT 1 w N� ZONE Vill North: To NW 20 Street, west of 27 Avenue East: To NW 27 Avenue north of NW 7 Street: To NW 22 Avenue south of NW 7 Street South: To West Flagler Street west of 22 Avenue to 37 Avenue, SW 8 Street west of 39 Avenue { West: i City limits, including Tamiami Canal Road i ZONE IX North: t To West Fiacgler Street west of 27 Avenue to 37 Avenue; To SW 8 Street east of 27 Avenue East: To SW 17 Avenue South of SW 8 Street; To SW 27 Avenue North of SW 8 Street South: To Biscayne Bay, including Fair Isle to North Prospect Drive, a West: City Limits a 58 96- 806