Loading...
HomeMy WebLinkAboutR-96-0285t'ITY COMMISSION 4. MEETING OF APR 2 5 1996 Revolution No. 96- 285 r r RFQ 95-96-115 2rTACHMENT A SAMPLE CITY OF MIAMI TOWING AGREEMENT' } THIS AGREEMENT, made and entered into this day of , 199,_.. by and,: between the Gity 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 f "TOWING AGENCY". SECTION 1- TERM OF AGREEMENT: f 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 { issue a Request for Qualifications (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: � VX,". RFQ95-96-115 'ATTACHMENT. A' SECTION III - TOWING REVIEW BOARD: There shall be established a Towing Review Board, to evaluate any controversy or claim arising out;ofjor°related to this Agreement. The board shall consist of (5) members and an alternate, to beappointed 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 altemate'selected by and among Towing Agencies having a contract with the City, and an independent party to be selected bythe 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 (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 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 r 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 timeof 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 hispossession'a City of L Miami Identification Card, a copy of which shall be on record with'the City of Miami Police.JDepartment. All tow truck operators shall have. a current valid Florida Commercial Drivers License, according to the type of vehicle they are operating. (7) Tow track operators shall comply with all applicable state, county and city regulations and ordinances at all times. Pg. 2 95- 285 R1FQ 95-96-115 TTACHMElYT A (8) Tow trucks shall not use rotating beacons when proceeding to a call unless authorized by the police dispatcher. (9) Rotating beacons shall be used at the scene, and when towing vehicles from the scene onlyif 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. (11) Tow, truck operators shall be responsible for removing glass and/or other debris from' the strep 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 unitassigned the call. } (12) Towing Agency shall use equipment of a type which shall 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 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. (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 truck 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 RFQ throughout the entire term of this Agreement (17) Towing Agency office and storage areamust 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: ' (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. f 19 - Towin Agency shall invoice the.City y ( ), 9 9 Y ty immediate) after a tow has been performed -and shall Include copies of the individual tow slips, date, time, location to and from, vehicle number,` tow 1truck driver's name and signature, receiving City employee's signature and any other' information. i .(20) , Towing Agency shall provide adequate insurance coverage as `indicated below, in Section - WIX: Pg3 99-- 285 { i> RFQ 95-96-115 ATTACHMENT A 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 generate the request, as listed in Section II 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 ogle -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 Ahe 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. Ail. 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. l 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. Pg.4 95_ 285 RFQ 95-96415 , fTACHMENT A 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. 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 4gency.;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 I 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 tracks (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 - 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 t s Pg. 5 �� 285 i "Q 95-96-115 ~__iTTACgMENT A 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 Agences'urtder,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 f readable form. A Towing Rates per 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 as noted below. (1) . .. Class .,A., (a) Base Rate...................................................................... $80.00 (i) Towing Agency ........... ............................... .................... $65.00 (��ii). City Ci Administrative Charge ......................................... $15.00 (b) Mileage Rate -after first five miles ..................................... $ 2.50 (2)r 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 X 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. Pg. 7 n 4 r g5-96-115 _1 ATTACHMENT A (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 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, lienholders, and governmental agencies (for ownershiphienholder 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 ownerAienholder 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 fire 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 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 shallbe '6harged 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 amval. - (a) First 30 minutes on the scene included in base rate (b) Class"A'• Each 15 minute interval ...................................... $16.25 - Hourly rate........................................................... $65.00 (c) Class.' Pg.$ 96_ 285 RFQ 95-96-115 ? .TTACHMENT A Tows within City, 30;min. maximum response time:.........................:...............$14.00 Tows with Dade County, outside City, 1 hr, response time::::::.......:.:.'.:...:....:,,$17.00 Tows within Broward County, 1 hr. 30 min. response time ................................. $30.00 Hourly wait time, paid on half-hour intervals..... .:...:.:. :.... :.:........ $12.00 One-way mileage rate beginning either at norther 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 Countyllne. 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: es for vehicles; price open. 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 circumstancesand 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 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. SECTION 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 shalt Pg. 11 1 95 285 { i RVO 9546-115 rtiTTAC$MENT A ,j 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 1 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 otheramounts 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 x (b) Breach or failure to observe or comply with any provision of this agreement Upom 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 f above. and/or terminate this Agreement in accordance with the provisions of Section XXII below. 4. SECTION XXIII - TERMINATION FOR CAUSE: { The City, shall have the right to terminate this Agreement upon the occurrence of any of the following events: Pg. 13 96285 z RFQ 95-96-115 ATTACHMENT A i 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 rile. (4) No Waiver or breachof any provision of this Agreement shall constitute a waiver of any subsequent breach ofthe 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. RFQ 95-96-115 k TACHMENT A f j (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: SECTION XXXV -,INDEPENDENT CONTRACTOR Towing) gency 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 Hof 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 ofthe 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: Pg. 17 95— 285 ��r�t�,�s��,4„�? � �? i •� �; . . � wit-- ;.• i MO 95-96.115 cTTACHMENT A i IN*TNESS WHEREOF, the parties hereto have caused this instrument to be executed by the respective offidials `thereunto duly authorized, this 'day and year first above written. CITY OF MIAMI, a municipal corporation of the State of Florida ATTEST: WALTER FOEMAN CESAR H. ODIO City Clerk, City Manager ATTEST: Corporation Secretary (Title) ( Sealy WITNESSES: (As to Contractor) (NOTE: If Contractor is not a Corporation, two witnesses must - sign) APPROVE&AS TO INSURANCE APPROVED AS TO FROM REQUIREMENTS: AND CORRECTNESS: Frank'Rollason, Director A. Quinn Jones' III Risk Management Department City Attorney Pg. 19 95- 285 4 �{YS31 'SAa 4 EXHIBIT 1�` CITY OF MIAMI, FLORIDA SPECIFICATIONS/ZONE LOCATIONS POLICE TOW; TRUCK SERVICES 1 Gein6ral Tlie�instructons'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 �.nc* 'istencies:between the _special provisions and the above mentioned; items, the special provisions shall govern. 20, ' LOCATION OE WORK: ZONES:.... The Zones covered in this RFP are as defined below and per 'the attached map of same: ZONE'I North: City limits East: To North Miami Avenue including North Miami Avenue South: To NW 46 Street but not including 46 - Street West: City limits ZONE II North: City limits East: To Biscayne Bay, including west -end of bridge on 79 Street Causeway, prior to North Bay, -Village, -City limits`. South's To NE 46,Street'but not including 46. Street West: To North Miami Avenue but not including North Miami Avenue ZONE III North: To NW 46 Street in 46 Street East: To NW 2 Avenue but not including 2 Avenue South: To NW 20 Street but not including 20 Street West: City, limits,; including NW 36 Street strip to railroad tracks: i 96 285 F. EXHIBIT Ak, ZONE IV North: To NE 46'Street and including 46 Street East: To Biscayne Bay South: nuding`20 , Street West: To NW 2`Avenue including NW 2'Avenue ZONE V North: To NE 20 Street and NW 20 Street including 20 Street East: To Biscayne Bay, including Biscayne Isle and San Marco Isle. South: Miami River (including City Auto Pound) West: To NW 22 Ave. including 22 Avenue ZONE VI North: Miami River East: To Biscayne Bay, including Rickenbacker Causeway to middle of second bridge, and Virginia Key South: To Biscayne Bay, including Claughton Isle West: To NW 12 Avenue but not including 12 12 Avenue north of Flagler Street';. To NW 17:Avenue including.17 Avenue south of'Flagler.Street ZONE`VII North: To NW 20 Street from NW 22 to 27 Avenue including 20 Street; To Miami River from NW 12 to,22 Avenue East: To. NW 12 Avenue including NW 12 Avenue South: To West Flagler Street east of SW 17 Avenue; To SW 8'Street West of 17 Avenue West: NW 27 Avenue north of NW 7 Streets NW 22 Avenue south of NW 7 Street s 28 5 IRA • EXHIBIT 1 ZONE VIII North: To NW 20 Street, "west of 27 Avenue East: To NW'27 Avenue but not including - 27'Avenue north of NW 7 Street; r To NW 22 Avenue.south of NW 7`Street but not including 22 Avenue South: To West Flagler Street not including Flagler Street west of 22 Avenue to 37 Avenue, SW 8 Street west of 39 Avenue West: city limits, including Tamiami Canal Road _ ZONE IX North: To West Flagler Street including Flagler Street west of 22 Avenue to 37 Avenue; To SW 8 Street including 8 Street east of 22 Avenue East: To SW 22 Avenue but not including 22 Avenue South: To Biscayne Bay, including Fair Isle to North Prospect Drive West: City Limits i:. 9s- 285: 4 s -- EXHIBIT 2 Tow Trucks/Wreckers S definition & requirements i A. Class "A" Wrecker: 1.'Commercally manufactured unit with a rated capacity of not less than 10,000 pounds GVW.' 26, Cab .to axle'dimension of'not'less than 56 inches. 3. Dual rear wheels. 4.`Commercially manufacturer) boom with a minimum capacity of`8,000 pounds. 5. Hydraulic winches) with'a minimal winching capacity of 8,000 pounds. 6. One hundred (100) feet of 3/8 inch steel cable ( fibre core or -steel core).' Note:. If steel 'core 'is used, it shall be at the towing 'agencies: r1s k and liability.'; 7*.,:Whee1 lift with a retracted rating of not less than 3,500 pounds and an extended ratingof not less than 2; 000. pounds . 8. Tow sling with a safe lift rating of 3,500 pounds. 9. 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. S.Hydraulic -winch(es) with a minimal capacity of 8',000 pounds. 6. Sixty-five ,(65)_ feet of 3/8 inch steel cable (fibre core or steel core)` Note: If steel core is used, it shall be,.'at the towing agencies risk and liability. 7. Twa (2)-tie down chains,''each ten (10) feet in length.' 8. Two (2) safety chains. C. Class'!'Bl' Wrecker: ; 1. Commercially manufactured unit, with` a rated capacity. of ;not less than 18000.pounds GVW. 2., Cab to axle dimension.of not'less'than 04 inches. 3.. Commercially manufactured boom(s) with a, minimum total capacity of 16,000 pounds. 4.'Winch(es) with a minimal winching capacity of 16,000 pounds -a. 96-- 2�5 1 F: Af -� EXHIBIT 2 S. Two hundred;(200) feet of 1/2 inch steel cable per winch (fibre core or steel core). Note: if steel core is used, it shall be at the towing agencies risk and liability. 6. Under reach with a retracted rating of not less than 6'000 pounds and an extended rating. of not less than 41000 pounds 7. Tow sling with,a safe lift rating of 8500 pounds. 8. Two (2) 5/16, inch alloy safety chains `Tow 9. bar equipped.` 10. Two, (2) snatch blocks, minimum 8000 pounds capacity' each` 11. Two (2) , ,scotch blocks 12: Brake lock.. Air ;spring brakes. D.-Class °C" Wrecker: ommercially manufactured unit, with;a rated capacity of not less than 30,000 pounds,'GVW 2.'dab to axle dimension of not less .than^144 inches. 3.;Commercially manufactured boom(s) with a minimum total capacity of 50,000. pounds: 4. Winch(es) with a minimum total winching capacity of 50,000 pounds. 5. Two hundred (200) feet of 5/8 inch steel core cable per winch. Notes If steel core is used, it shall be at the towing agencies risk and liability. 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) 1/2 inch alloy safety chains 9 . °Tow bar 'equipped 10. External air hookup and hoses to supply air to 'disabled 'vehicles. - 11. Two (2) snatch blocks, minimum 24,000 pound capacity each 12. Two,(2) scotch blocks . 13. Spring.brake - air lock E. 'Class "D'"` Wrecker: 1. Commercially manufactured unit with a rated capacity of not less than -52,000,pounds,GVW. -' 2. Cab to axle dimension of not less than 180 inches. 3. Commerciallymanufactured boom(s), with. a minimum total capacity of 70,Q00 pounds. 4 Winch('es): with a minimum -total winching capacity of 70, 000 .pounds. 2 g5_ 2$5 EXHIBIT 2 5. Two hundred (200) feet of 3/4 inch steel cable per winch (fibre core or steel core).; Note: If steel core is used, it shall be at the towing ' agencies risk and liability. 6. Under, reach with retracted rating., of not less than -= 45,000,pounds' and an extended rating of not less than 15,000.pounds. 1.` "Rear support jacks or outriggers.' 8. Two (2) 1/2,inch alloy,safety chains., 9. Tow bar equipped. 10.;Ekternal air hookup and hoses to supply air to disabled vehicles . 11::'Two (2) snatch blocks, minimal 24,000 pounds. 12. Two,(2).scotch blocks. 13. 'Spring ..brake -air lock. .:, 3. Additional Mandatory E u q�,p_men_t on all Wreckers: The 'following requirements are the minimum requirements. which must be satisfied with respect to each apiece of equipment, as specified. Any Proposer whose equipment fails to meet the following requirements will have a period of ten (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 proposal will be rejected. 1. 50 pounds of white fine sand or medium oil absorbent 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) square shovel: 5. Extra towing chain W 6 to 8 feet with hooks. 5. One (1) axe. 7. One (1) crowbar or'prybar - 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, stop lights, and flares necessary to comply with.the Florida State Statutes. 11. One (1) set of tools for opening locked vehicles.` r. ' 3 96- -285 .� EXHIBIT 2 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 'four-way lug wrench, one flashlight, one set ofjumper cables and one'pair of bolt cutters with a minimum.1/2 inch 'opening. 13. A rotor -,beam or strobe light mounted on, the wrecker so it can be seen when ` in use from , front, rear and both sides. This shall reflect an amber light. 14.' Two (2) Flood lights facing the rear onwrecker. 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. .K s 4 96— 285 CITY OF MIAMI RFQ 9s-96=. APPLICATION Fd. JRECKER CONTRACT ; 1 Business. Enterprise Name t 1 2.. Business Address ' Telephone City Zip Mailing Address City Zip :State type of business enterprise (e.g. corporation, association, partnership, organization,:,. i6int'venture, trust, foundation, firm, group, society, individual natural person, etc.) 3. NAME ALL OWNERS/PERSONSHAVING 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 4. Has the business enterprise, or any person whose name appears in this application, ever { r been convicted.of any crime? 3 PG. 1 r 9� 285 f r NAME ADDRESS TELEPHONE 4 CITY OF MIAMI, FLORIDA RFQ No. 95.96-115 RFQ DOCUMENTS CHECK LIST a) Proposal (Complete Set) Forms YES b) Affirmative Action Policy YES c); Debarment and Suspension Certificate - YES d) Minority/Women Business Affairs Registration YES `Affidavit e) Public Entity Crime Affidavit YES f) Copy of Current Occupational License YES (to be submitted with Proposal) g) Price Sheet - completed - signed YES (to be submitted with Proposal) h) Letter of Credit/Security YES i) Application for Wrecker Contract YES j) Letters of Reference YES k) , Statement of Experience YES FAILURE TO SUBMIT A RESPONSE AFTER THREE (3) TIMES WITHOUT A SUFFICIENT JUSTIFICATION OF "NO PROPOSAL" WILL BE CAUSE FOR REMOVAL FROM THE PROPOSAL MAILING LIST. FAILURE TO SUBMij, SIGN AND RETURN ALL THE ABOVE DOCUMENTS MAY DISQUALIFY THIS PROPOSAL. ,s - 1 e . 96= 28.5. 4 RFQ SHEET 4 SUBMIT 810S TO: officeat the clty Clack TREE ' (3) COPIES OF THIS SET ' 3SW Pratt Antertean Othra OF ORMS MUST $E RETURNED OR CITY OF I�AIAMI, FLORIDA P.O. got ziam Mlarfti,Itiortda a�Y BE INVITATION TO OWDISU��FIED. x11xt RFQ SKEET r. a z Pape t of : TELEPHONE NUMBER i30.5i 5T9-6845 MAILING DATE (City) NO. t wil9beopenaa jLE 7/9/96 ItFQ 95-96-115 ily 31, 199.6 at 11`:00 a.m. . Towing Services tnay not bo withdrawn within Misty data Reason for'no bId" 'ter such date and elms. 1 swards rises "a reset" or th(s bi: shsfl eoMorm% in applkabl �xlotta of the ehar"ar and code of the City of Mlsrtti. ME OF VENDOR A tARPORATION OF THE STATE OF:-EQHONE AREA CODE NUMBER 7 Fa X NO . .WNG ADDRESS VENDOR MAILING DATE . r Y-STATE-ZIP CIMMM OR CAsr1OM C*N= aS ATUCH M. esrrel R MU rAW6 ltr rreE A#AOUrtt• Cf s �cettrry Mlet tnir OJ !f atoee r0drrout pier wtd*161e ,d tQ aQreereeatt, or.' . .mot AUTHORIZED SIGNATURE (Manteai) ,: aewrafonore►su¢IapTwaosela�aeywleanakionsaaHeekraweKtlytnatr am Summit" so 10te0 oils old for the bkkeer AUTHORIZED SIGNATURE (Typed) TITLE GENERAL CONDMONS _ 0100M, To &caucus aeaptsrp 01 the Wdr (oil W these laafrttenoM EALEO lfUOx AM bid shoats and this form must be m aeuted and N aasalad anvdope,TAataoa®f theonMabpeahall or fed al TAl 0o not ktektde stets federal tarp not apPlleable to #AWstrobe eonaft tars dsoa and tkta of bid opartifbe p id the bbiid nuffdtber bidthe jorm b) 1R>< AM&Siddaesam leeted., AU bids am Ca xhkxts speeNled hurairt. T�hoss �rY schedule. bid prim e>cosrolons and at ins Rich do not eom with these conditions am auajeu to raiaetion. pertaining td supplias and M%** . F"UM tc do so will be at ' . bidder's rfsk. EX CIMON OF 010: Bid must contain a nmu W signature of an cj 01SCOUNTS: Wilt be considered M determining ire foa�ast net aoa autltontad feoesentadve it efts epees . pfvvidad above. The cartpaery rtaerha must afao appear or each page of UW bid se nqufnd.: dl. CON0MQN MO PAMCAliG: ft is understood and agreed tfta any fait" offered or shipped as a result of this bid chap be 1 rww (Cutter" production modal at ft tiftha of this bill. All NO effk if trot submftting a bed. moored fry mvAy v one copy of contakhat9 ohm Ily suitable for avenge or ahlpno % ante all ttH4 form.' marking It "NO 810 . and axplaln the 'reason in the Prim Ohad indtade standetd eommeedd PaekagkfQ. spaoofxorfdedaboa.RaoeatadtaiNettoioQUoartrftioutsufflelertt Juatffleadonsnau beCares. forrarnovaiofthe supplieht►erthetrvm ei UnwSTAli0A1t=UetlsstotttarwripWtxdatridhthobid.all keres and lsbrieaad assamblias snau eompfy ling the bid maili Its . NOTE To quaUfy, as a respondent, bidder Rtust submit a -NO with aaWieabie tegtutenwft of Oeeupatlonal Sa(e{y ,red Fieeltlt Act and any standards uw*UnCW.. BID'. and k must be received no latertthan the stated bid opening date and hour. f) UNOERWRfTERS' LAbORATORtES; llMeas otherwise sti- I pulated in the bid. all manu(aci red items and fabricated fil0 OPfNINr3: Stull be Public, on the data and the W" specified as *rMIes shag eery U.L approval and rse>tamination listing 4" the bid (orrth. It is the bidder's responsibility to assure that his bid b delfvaved at the proper Urns and glad Of the Wd openl na wtwe such has beat established, g) PAYMENT: Paymert wig be made by the shy after mat matt, s Bldg which (Of: arty reason an shot so delivered. will not be eonsidsed. Offers by telegram a telephone am rust aeuptabic awarded to a vandorhaw been.reaiwd, inspected, and found to cofftp4y witih awsm soodf "Ors, has 810 TABULATfON3: NAtI not be furnished. SW Mae my be of menage of da(eet erdet irtvviet+d. All invoices stud bear the purchase aecamined during normal working hour, i pRIt S. TERMS and PAYMENT: Firm Pdcst shall be quatedc typed m pfimed In role and IndUda all PSCWM handling; shipping charges anQ delivery to the destination snowh herein. Bider dIa fi OELtVERY: Unlep aexur8 del' date of rvery is speClfled (or if spedfled aeltvwy Cannot be meq. show number or days r' Wrsd requested to ofhr can discount for prompt irtvviw payment, Ofseoiutt (arty wig be Computed front ONdaa d( aadstaetory toeteue"Wery, herreceiptofPuchaafaotderMspacepfvvided. delivery dine may beooehe oesu for thxking to awed (ap Spacial f deilwry at Plana of acceptance or hoot receipt of cotreet Invoice at the of lift sOedMd. wnic haver is laref, Condltloeal. Oelhrery shell be within this normal working hours of the wit, Monday through Frfday. i FAILURE TA COMPLETE, SIGN AND RETURN THIS FORM MAY OISOUAUFY THIS 810 96- 2 5 17. DISPUTES: Ineaasofartydouotordltlenno*ofopinionastothe 4AMUFACTURE" HARES AND APPKOVEOEQUIVALENTS: Any manufa tumes names. tracts eemes. brand -model :alias. Rams to be furnished hereunder. uw decision of the City tetartadet et(Cemrtlon and of catalog numbers listed In a specification are shad be final and binding on both part(*: *k4ormatoa.nottoua►tttanWtfllan.'(habfddKMay o((srany >rand tot wfNeh he le an authorized fepteeerttatM, wttkh meats its. its. dOYEKNIRENTALKEST1tlCltAN3t k►thaewntaetygowrnet►en. >rehopa�dsthe st dtlatlon(aranyftMtspl.l(tthehfdaonbased . to equivaim t prod actsf ndkah on tree bid font am menu(scax- mrwktiorsa may be impo*ah! Which would n*cesattaa altam. done of tsta m4wial. quality. wotkmanthsp or pMonnanee at hry nanN and'ntnthber.and Indicate anydwtettoetfrotn tea:pad- tfhe k4imseKeredat this proposal Rrlorto thN�delFwty. xsMag be Icedons. eOUA BID. LACKING ANY WArrr d INDICATION OF fife fesponslblltty Of tea successful bidder to fhatity tithe city. at NT NTTO40UOTEANALIERNATEBRA(+tMiMLLBEPJECMVED ones. Indicating inhit tettermespacMcneputatfonwAkhroquitod : 1No,CONSIOERED AS A 000TATiON IN COMPLETE COWstithet>ttlon.TMdtyres+rwather(QMtoacceptanysuehstt*ra- �tANCE1!V(THTHESPEf;tFiCATiONSASUziA ONTHEBt0 lion Inany phis adjtaatm+nt e>ceasioeted tMfeby, or to FORM Cmow the c orml et at no caper** to the city. j NfORMATIONANDDESMIST V UTEKATLJRE:BWtSatsrthusL 1IL L!aA1. REQUIREMENTS: Federal. state. coup and county. affect the arllnanoes. rules, and regulations that In arty tnatheter affect the l im"im all information requested k Me spacer provided an the old ioesn. FuitMr. as may be speeffted eies rh*ret. each bidder Rena covered hwvk apply. Lsck of knowledge by du bidder will . nail submit, for bid evaluation cum sketches, &W d scriptlw an no City be a eau:. nor Mid from responsibtllty: a i . ' IteHufr arnd tschntc5d. spedlicadone coveting the products 24 M tEMS ANO ROYALTlE TM biddeG wtMout eax*ptlon,:hull t(Iaehtd fiehe�ts+ostolltecaauheautunfthCwittapeaviatta6iQorat kWemnmy and save hum(*" UN city and its employees tram fie with tits buyer dill not sadefy this provision. +"` Ilablifty of any nature or:dad. knduding Cost and expenses (or or NTEKf�f terAT(om& Any gcretstions eaitarsdn0 conditions and ipsdAcedons should be dlteetsd to t" Procumv K Office In f rttdnq no toter than Cue. (a) day* prior eo the bld opnininp. f ngwms must refarefhm me dates of bid opexnkng aid bid number i UMVUCTOil INMEM.Mmawatdhwwnfsr.kauttjeettoeU m(tict of Intareat pr ovidana e5f tea t�ty eat Mtaatel. Gads t;tNrtty. if tM,State of Floirlds . 7 ' 4WARQffi As tea heat firm~ of the city may requim tM right le I *salved to *eject arty aana ata bids and to wetw arty ifs.qufartty m I' go recahmem m accept any Item or gcwjp of Renal unless Quail- . tea by btddW 40=*NAL QUANTTTIM For a period not exceecing ninety M days hors the data of aeoeptanoo of ails offer by Ca buyrr. the eight Is mm*-*d a aequfee addtebnae quandtl.a at the t ! 31dknavlaktymidaa.f(addftloctal4uathttsetantatacoaptable.lea hid snsacs must be now -Blo IS FOR SPECIFIED aumfn t 2my. . ILRVICS AND WARRANTY: Unless otherwise specified. tM 9ddsr shall derfen* any werrenty. sanim and tepfaeenwnts flat rill be provid+d. Bidders must explain an an attaclhed she" 40 tat wscWtt %maw qr and secvioa fasd(ffles Ciro peohrided. &"PU!-4l: Samples of Itentt, when coiled (Or tnuat be ftrmahed on aeeourtt of any a opyrighted. pat*nid. or unpainted ktvrn- ton. prooss& e>'rardd* marhu(adtuesrd orused InUm Worntance of Ste eonttaet, Mciuding its theca by tea City of 1 immi. if the bidder us" am d*don. device. or materials cowted by fatt*m patthnt«copyr(Qht. x is rnuWalfyyQr�ed and utWttstood wiMattt _ exception Mat tea bid prices snap include all coytit$u or cost arising train the use of such design, devios, or materiels in any w.y involved In the work. 21. AQ%1Wn$lMC:Insttbittitingaproposal. biddwagmesnattAus* tM meutts therefr0M ce a part O( hey CattnWCtal adwttiaing. Violation of We atpulatlon MAY be subject to &=IM covered undW Paragraph 15 of this doetrnaft 2z AslStr:NitENT: Arty Phnchum OnW isstiad ptrauanc to utis bid invitation and tta amine vmkh may becoem due tateundw are not assignable except with tare prior written approval o(Um City. 2L UAetU1Y; Tlhe sua0w sail( hold and at the City of Miami. Fiofk tc its ofNata. agent. and employees harmless from kaoility of. any hind in Me performance of this contract. 24. In the event of an *nor on tea part at Me bidder in extending unit prices or In ttotalt(np tea extended priose. Me unit price shell prevail. axeeptwttenthebidd*refearfyatat*a(ltaxttte OOW prfq fs based on an ad or none basic see of sxpsnse. and If not desUVY*d wit(. UPCM npuaat. be 2S rft(CE ADiUSTMENTS: Any Pcks decree" effectuated doting ttumed at the biddsls expense. Requen for Um mtwn of seen- tea COntram period calm by reason of M"ket cnea+ge Or Oct tea j 14a titan be made witith t10} dM f kMr,A4 mpsnin9 of tads. � � � �'c�to bt1 m CustoMM attell fee passed on to tree I Been k+diaduaf sampfat must be kW*d ve tt bi fd*ft mete. nafwtae tufers !Wand netts and mrmtser, bid number and iLetn 2& CANCW-LAT10lUA(fConaaaobflgadonasnallprevailforatleast et*teRea 160 days aftetf affective date of the contract. For tea protection of I VONCOW-OR"NC! TO CONTRACT COtWM0ftx Item both parties. tNe Contract fray be aneatted in wnofe or on part thaybetastedteiteomplfaheewitttipeeai{etdofqunderthodfrva upon the Muti al ascent of tea pattf*s. SOn of tm Florida O*pertment of Ag fmpjwe rind eotaunw 5w don ar by oMat; apptcptiaa: leatletq I.a4orttiotiea. The debt 27: E]IT!liS10N: Tha City q(idleml reserves CM option to extend tea ` fsrfradtntmaatytitatfexoompltaetoaw(tlfspe,dAedfgrnWIDOW- - p*rlod of fibs: eonmct. or say pottfon ammot- for an additional cortbaa period. Eataresion of tree e�fttraCt pttrod shot( be by Cie neooids acid open to oxam4natfott thwrt0 in a000rd4nm resat nwtual agre.n an writing. chap(er114.FictiCaBtstuteta.l(i71 Romdeffvw*dmccon(orm-, " Ise f" evedaC26ons May . raaamd at t+fmWt 2& AeNC tMALQUAtMTIE04%WAsitisowantdpatod stwt"wy - tap.nae-fteftttrCNivefednotooeKoetnieg13 cwftw sybo unusual or aonannal 4uanuty roquffemant Anse, the- city. S.*,eated ndf�of's�xpama Tlhe.eeiteatrenditenea efain*dattv+ne reaervw Me fight to Call f(rs*parate proposals mereoa" , rat dsliverad as Per W4KMWY data In,bid and`ot prraAase order - nayrasuftintlfddstt)*MfouMindofauttfnwnfChawntatnyand tll reproauef "M exuea nay b*- CnatQ d against tea eiefaulteW ` Wntrsotgr. Any violation ofthsaa sdpeaatiorsa may also ceautt in A* supoterd ru me being. removed ifmrn Um City I of Miami's - f@MCW Mailing list_ NIPECTION3. ACCEPTANCt AftO TI7LE; .(nXoeCWn and tcoaptance will be at destination"ants** onsstvrUw pmvid*d. Title m or risk m of loss of damage to all ftarns TAW, be that naaponaibifity of tea succasi(td biddeNmtQ accrptand by tti* City vnfaa faas or Saehags resutCt from n%Q(lQenC8 by trhe city. NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE 96- 28.5 .1 CITY OF MIAMI, FLORIDA GENERAL INFORMATION TO BIDDERS a. Do not include State' or Federal Taxes which are not applicable to municipalities. 2 _Thel City reserves the right to award item by item or some or all items proposed, whichever is in the best interest of the City. 3. In the'. event of an error on the part of the bidder in extending unit price or in totaling the extended prices, the unit price shall prevail, except when the bidder; clearly states that the total price is based on consideration of being t. awarded the entire bid. 4. It is'. the, intention of the City of Miami to purchase the item(s) as specified herein from'a source(s) of supply that will give prompt and convenient shipment and service,.,,Any failure of the Supplier to comply with these conditions may be cause for terminating the contract immediately upon notice by the City. S. The city reserves the right, before awarding the contract to require a bidder to submit such evidence of his qualifications as it may deem necessary, and may consider any evidence available to it of the financial, technical and other qualifications, and abilities of a bidder, including past performance (experience) with the City in making the award in the best interest of the City. 6. Bids shall be sealed and marked"Bid No. RFQ 95-96-115 Towing Services and shall be in the office of the City Clerk, City Sall, Dinner Key, 3500 Pan American Drive, P.O. Box 330708, Miami, Florida 33133, no later than the date and time._first mentioned on the attached bid form, at which time they will be opened publicly and read aloud:: Bids received by the City Clerk after the date and time specified will not be, opened. 7' Bidders shall thoroughly examine the specifications, schedules, instructions and all other Bid: documents. As Bid. documents frequently change for each Solicitation', veteran bidders shall not assume that this solicitation contains the same terms and conditions that were supplied in prior solicitations. The jl City is not, obligated to identify ; minimal or, substantial anodifications to Bid documents., 8 The City Commission reserves the right to waive irregularities of any kind. The City Hanger reserves the right to reject any or all bids or any part of any bid and to; accept that bid which best serves the interest of the City. 9. The, City, reserves the right to 'require the successful bidder to furnish an acceptable performance bond for the total amount of the award. 10. During the evaluation of bide and the subsequent award of contracts and Purchase Orders for" products and services, preference shall be given to those items manufactured and. produced in the City of Miami:, Metropolitan Dade County and the State of Florida,' in cases of tie bids, provided said products and services are comparable` in price,' quality, and meet other necessary criteria= such as delivery, service, and availability of replacement parts. 11. BIDDERS WHO DESIRE TO HEMATK ON THE BID MAILING LIST FOR THIS BZQUIREMENT MUST BZSPOND`TO'THIS INVITATION TO BID. IF NOT BIDDING - INDICATE`SEASON. Revised 3i*0- Q. ,�slt L 1 �'N i t, ' OFMI.AMI,;, FLORIDA MQ NO. 95-96-115 ', .... RVQ SHEET .(Continued) ; _ VENDOR BACKGROUND INFORMATION ' This questionnaire is to be submitted to the designated City Office by, the bidder or proposer, along with the bid or proposal being submitted for tha goode and/or, services, required by City. Do ,not leave any, questions unanswered. .;When., the question does not apply, write the word (s),"None"-, or "Not' Applicable", as appropriate. Failure to complete this form,.when applicable, 'may 'd3 ualify your bid. LL:CENSE•S 1: County or Municipal Occupational License No. (if any) (attached copy); Oct License Classification: 3. License Expiration Date: ' 4. ;Metro -Dade County Certificate of Competency No. *' (attached copy if requested'in Bid or Proposal) I S U`RA`N C:E 5.Name of Insurance Carrier: 6. Type of Coverage; , Z.-7. Limits of Liability: 8. Coverage/Policy Dates: 9.` Name of Insurance Agents Agent's "Phone, (with `area code) EXPERI:.E.,N:C:E 10. Number of Years your organization has been in 'business: il..'Number of, Years. experience PROPOSER/BIDDER (person,' principal of firm,:owner) has had in operations of the type required by the specifications of the Bid or Proposal: 12. `Number, of -.Years, experience PROPOSER/BIDDER (firm, corporation, ;proprietorship) has had in operations of the type required by the specifications of the ,Bid or Proposal: BIDDER/PROPOSER NAMES •: , FAILURE TO COMPLETER`SIGN. AND RETURN THIS FORM MAY DISQUALIFY THIS BID �, 95- 285 S ''%�1 CITY OF MIAMI,- FLORIDA RFQ NO 9 5- 9 6 -• 115 SHEET (Continued) 13:,:=Experience Record: List past and/or present' contracts, work,' jobs; A :that'B,IDDER/PROPOSER 'has performed of a type similar to that requiret 'A by `specifications of'the City's Bid or Proposal: FIRX NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB - I i ti i. I 14. References: List references who may be contacted to ascertain experienceandability of BIDDER/PROPOSER. , 1 NAME/FIRM ADDRESS CONTACT PERSON PHONE NO. 15. PROVIDE ANY ADDITIONAL INFORMATION AS TOQUALIFICATIONS"'AID EXPERIENCE, ATTACH DOCUMENTATION TO THIS FORM. t - Signature of Authorized Agent Name of Bidden Proposer FIRM (OwnerPrincipal) Type or Print Name of Agent Date FAITUgE TO COMPLE' AND RETURN THIS FORM MA DISQUALIFY THIS BID.:. *5I " 9s-- 28Z CITY OF MIAMI, FLORIDA SPECIAL CONDITIONS AND SPECIFICATIONS. 1. SCOPE AND PURPOSE The; purpose of this 'Request For Qualifications ("RFQ") is to solicit offers and receive applications from qualified, licensed firms and/or sole proprietors located within the City of Miami limits (the LLProposers"), for services as follow: 'Part A. Private4ehicle Towing: To furnish towing''and wrecker services, including labor, materials and equipment, on an`as-need basis (the "Services") to the`City of Miami ("City"), particularly for the Miami Police and Fire Rescue Departments. For purposes of , Part A of this RFQ, the City has _ been divided into nine (9) geographical zones, as depicted and described in the map attached. hereto as Exhibit 1..Additionally, 'there has. been established a citywide backup referred to, herein as zone nine (10),, which shall be used to provide service for the overages in each of the other nine (9) zones citywide, delineated on Exhibit 1. For tow truck/wrecker requirements and definitions; please see Exhibit 2 of this RFQ. Part B: City -Vehicle Towing' To provide towing services on a monthly, rotational basis, for all city -owned, leased, or rented passenger vehicles, lighttrucks.(3/4 ton or less) and boats, from point of location to the City's Fleet Services Center, 1390 NW 20 Street, Miami, Fi. Equipment used to tow shall be of a type not to damage City vehicles and whenever possible shall be towed on a flat bed. Points of location may be areas within the City of Miami, Dade County, and Broward County. (See Section 3, parts A through I below, as to maximum rates established for these tows.) Part C:`. Proposers may combine_ Private and city vehicle towing as one unit, to propose on both parts of contract together. 2. CONTRACT TERM The successful Proposer shall be expected to execute a contract for a term of three (3) years. The City shall have the right to extend the term of the Contract for two (2) additional periods of one (1) year each, at the'City's sole discretion. 3. 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: 95- 2g5 ��l • r: RFQ 95796­:�. Towing Services Special Conditions, opecifications (3) Passenger Vehicles -Daily rate ....... ............................... :..$20.00 (up to and including 3/4,ton truck) ager ehicles!'Daily rate ............................................. .......... $35.00 (Including trucks over 3/4 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 directionof the City enforcement officer on the tow slip, or with the signed. consent of the owner. Use of.OVetflow Storage Area -Towing Agency shall not make .any extra charga to customer retrieving, a vehicle from an overflow storage: area. Towing Agency may either bring a '-vehicle whichisstored in an overflow lot to the customerrat the main office and stor age area ; transport oWner/cid,sighee, to the overflow storage area to retrieve vehicle. There shall be no charge for this' Service. G.,Towing of Multiple Vehicles, Jet Skis, Engine's,.etc. A separate pound slip shall be completed on each vehicle, or item, and towing company shall be'erititledlo the specified tow, fee for therequired class wrecker on each vehicle or item. H. Boat Towing Boattows will be based on trailerable boats up to 30 feet and priced on a flat City. rate, plus one-way mileageIf towed from outside the City limits to pickup point. Response time follows the same rate as for vehicles: price open. 1. CftV-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 ............................................ $14.00 Tows with Dade County, outside City, 1 hr. response time ................................ $17.00 Tows within Broward County, 1 hr. 30 min. response time ................................ $30.00 Hourly wait time., paid on half-hour intervals ........................................................ $12.00 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. Raton, a ye i.cle s located in, Boca Ra n, Palm. Beach County, 15, miles one way from the Brbward'Countyline. The tow fee would be,the flat Broward County rate, plus 15times the mileage rate.) 4. SAMPLE TOVWNG AGREEMENT A6ch6d`hereto as Attachment uA" is .a Sample Towing Agreement which contains specific terms and conditions for the provision of the Services and established fixed rates for said Services.: The Sample: Agreement, these Special Conditions & Specifications, the Application for Wrecker'C0 ntract Attachment "B", and Exhibit 1 & 2,- Delineation of the Towing Zones and. Equipment Requirements, shall serve as the basis for any resulting contract(s), although the. City reserves the , right. to modify the terms and conditions set forth in the sample agreement as it deems necessary, prior to, execution. of the final contract. COM:SPECS I 15.Doc 5 96-285 WWI i RFQ 95-9t� 5 - Towing Services Special CondrtioiawSpecifications To achieve the goal established by Ordinance No. 16062 as amended, participation in providing 'goods' and:services to the City by minorities is being encouraged ,in a number, of ways.. All ,vendors doing business with the City are encouraged to include the participation of minority/women firms'': In their proposals. In evaluating 'applications for determination of awards, minority/women participation shall be a factor:- Failure to adequately involve minority/women firms may be basis for rejecting any and all proposals. Additionally, a pecial Information Sheet has been provided to assist the applicants in presenting`, information concerning minority/women participation. Minority/women business 'firms are encouraged to ''register with the ; City prior to submitting proposals: Procurement Management Division will provide the necessary forms and instructions upon requests. ALL VENDORS ARE URGED TO SUBMIT PROPOSALS FOR ANY GOODS OR SERVICES THAT THEY ;ARE, ABLE TO SUPPLY, ` `REGARDLESS OF MINORITY'S WOMEN CLASSIFICATION. However, compliance with all requests for information regarding Minority/VVomen status or participation is required. Applicants cooperation is greatly needed to aid the City imachieving its goal. It is the right of the City to terminate and cancel any contract entered into, including elimination of the individual(s) and/or business enterprise(s) from consideration and participation in future City contracts, on the basis of having submitted deliberate and willful, false or misleading information as to its, his or her, status as a Black, Hispanic and/or women -owned business enterprise and/or the quantity and/or type of minority and women -owned business participation in the actual provision of service. Each successful Proposer or offeror must agree to provide a sworn statement of compliance with the provisions of this special condition to the purchase or contract award under consideration; such :statement shall certify that the Proposeror offeror, during the course 'of time involved in the performance of the contract sought by such Proposer or offeror, shall not discriminate against any business, employee, or applicant for employment because of age, ethnicity, race, creed, color, religion, sex, national origin, handicap or marital status. A certified affidavit of the extent to which the business enterprise has as one or more of its partners ;or principal persons who are Black, Hispanic or Women,. or is a joint venture comprised =of a non -minority business and/or women -owned enterprise must be submitted. (See attached ordinances): Proposers. must also submit with their proposal an Affirmative Action Plan (AAP). Any significant equity participants, joint. venture' participants, subcontractors,, suppliers or other parties to the,proposal shall also be required to submit such plans. (See attachment/sample in ; . RFQ. documents). It is 'required that there be continued Proposer or offeror eligibility including minority and female involvement during Ahe term of the agreement. This RFQ includes a' 51% goal (17% Hispanic, 17% Black, 17% Women) for the participation'': of minorities/women-owned business. COMMECS 115.DOC 10 95- 285 RFQ 95�96 1.5 - Towing Services Special ConditiohsrSpecifications 22. INDEMNIFICATION The. Proposer.shall not commenceany work until alkhe required types, of insurance have been fumisliis to the City and such-: insurance has been approved by the City; nor T shall the Proposer allow any subcontractors to commence work until similar insurance required of the subcontractor has been obtained and approved. All insurance policies shall be with qualified insurers and doing business in the State of Florida and. shall have an "A" rating. The City -shall be furnished proof of coverage of insurance by Certificates of Insurance. (See INDEMNIFICATION form attached). 23 ACCIEPTANCE/REJECTION The City. of Miami reserves the right to reject any and/or all proposals and to seiect the proposal, which in the opinion of the City, will be in the best interest of, and/or most advantageous to, the City. The City of Miami also reserves the right to reject:the proposal of any ;Proposer, who has previously'failed in the proper performance of an award, or who is not in: a posiUoh to fully perform under the terms of this Proposal. The City of Miami reserves the right_ to waive any irregularities and/or technical defects and may, at its discretion; re4clvertise the RFQ. 24. LEGAL REQUIREMENTS , This;RFQ,:is subjectJo all applicable federal, state, county and local laws, ordinances, rules' and regulations that in any manner affect the Services covered herein. Lack of knowledge by the'Proposer shall in no way be cause for relief from responsibility. 26. METHOD OF AWARD It is the intention of the City to award one (1) zone per Proposer as to PART A, preferably to a Proposer located within the applicable zone. With regards to -Zone 9, it may be awarded to one (1) or two (2) Proposers. In the event that no qualified Proposer is found for a zone, then such zone may be awarded to a successful Proposer selected for another zone. As to PART B, it is anticipated that contracts will be awarded on a monthly,' rotating basis as to Part B. The City shall award a contract to Proposer(s) through action taken by the City Commission' at a duly authorized meeting. This action shall be administratively supported by a written award of acceptance ;(purchase or mailed or otherwise furnished to the successful Proposer, which,.shal! constitute,a binding contract without furtheraction by either party. The General : Terms and Conditions, the Special Conditions/Specifications, the Proposer's response and the Purchase Order' are - collectively an integral part of the contract between the City and the successful Proposer.. Th _CI,ty reserves the right to award more than one Vendor per zone, as is deemed to be` in the best: interest of:thp City ,The City. also reserves the right to rotate the vendors, should more than; one.vendor be awarded a zone.. Further, wherertwo or more Proposers are deemed' ' to_equally qualified to. perform the work, the:City may, in its sole discretion, decide to use Propose,s towing prices to determine an award. While- the City Commission' may determine to award a contract to a Proposer ` under this solicitation; said award may 'be. conditional on the subsequent submission of other documents as specified in the Special Conditions. COMMECS 115.DOC 12 �� 285 RFQ 95-96 - Towing Services Special Conditions..,,.6cifications %,7 The Proposer shall be in default of the contractual obligations if any of these documents are not submitted in a timely. manner and in the form required by the City. If the=Proposer Is. in default'the City Commissionwill rescind its acceptance of the Proposer's offer and .may ` determine to accept the offer from the second most responsive and responsible Proposer or re solicit proposals The City may seek monetary restitution from the Proposer as a result of damages'or excess costs sustained. 26. ASSIGNMENT Neither the: Proposal nor the ensuing 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 condtiohed, in the Ciiy's sole discretion. Proposer shall be;deemed to represent that it has, or will have upon the award of the Contract; all'necessary personnel required to perform all services arising from the award of the Contract. All personnel employed shall be employees of Proposer or sub -contracted by Proposer to perform only those services as specified. All the seryrces` required herein shall be performed by: the successful Proposer, and . all personnel 'engaged in performing the services shall be fully qualified to perform such services. All employees employed by the Proposer shall be considered to be at all times the sole employees of the Proposer under his/her direction and not an employee of the City. The Proposer shall supply competent and physically capable employees and the City may require the Proposer to remove an employee it deems careless, insubordinate, or otherwise and whose continued employment is not in the best interest of the City. 28. , PROPOSER QUALIFICATIONS Proposals shall be accepted only from entities which are qualified, to perform the work as described in this solicitation. To this end, minimum qualifications have been established above which all proposers must meet, in order to be considered for contract award: 29. RATES Rates established herein shall remain firm`and fixed throughout the contract period. "30: , .IRREGULAR PROPOSALS Any. Proposal which is incomplete, conditional, obscure, or which contains irregularities of any kind may be rejected by the, City. Minor exceptions to the specifications may be considered by the City so gong as each exception is fully explained. FAILURE TO PROVIDE ALL INFORMATION REQUESTED MAY BE CAUSE FOR REJECTION OF.PROPOSAL. 31. CANCELLATION. It is the right of the City to terminate and cancel any. Contract or contractual agreement entered into, including, elimination of the individual(s) and/or, business enterprises):from consideration and participation in future: City, contracts, on the basis of having submitted deliberate and willful, false, or misleading information as; to his, her, or its status as a Black, Hispanic and/or Min6rity0omen Business Enterprise (MMIBE). t COM:sPEcs 11 S.DOC 13 96 285 RFQ 95-9u A5 - Towing Services Special Conditionsi Specifications A certified affidavit -.of the extent to 'which the business enterprise has as One or more of Its partners,orprincipals persons who are Black, Hispanic, or Women shall be provided. Each Proposer shall also submit along with the Proposal an Affirmative Action Plan (AAP). Any "significant equity participant, joint venture participants, or subcontractors (if any), shall also be required to submit such Plans. 32. , NONDISCRIMINATION " Proposer agrees' that'it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or handicap in connection with its performance under this solicitation. Furthermore, Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, 'color, age, religion, national origin, marital status or handicap 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 connedonvvith 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, handicap, age,' sex, marital status or national origin. "All persons' having appropriate qualifications shall be afforded equal opportunity for employment. 33. PRINCIPALS/COLLUSION By submission of this proposal, the undersigned as Proposer declares that the only person or persons interested in this Proposal as principal or principals is/are named therein, and that no person other than therein mentioned has any interest in this Proposal or in the Contract that may ensue; that this Proposal is made' without connection to any person, company or parties making a proposal; and that it is in all respects fair and in good faith without collusion or fraud. 34. ANTITRUST PROVISION At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive and award additional proposals for these requirements, and to make use of other competitively Proposer (governmental) contracts for these requirements as may be available. 35.. OCCUPATIONAL LICENSE REQUIREMENTS Any person, firm , contractor orr joint venture with a' business location in the City of Miami, which is submitting a Proposal under this Solicitation shall meet the < City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter: A copy of;tlie firm current business license shall be submifted wit heir proposal. Others with a location outside the ,City of Miami shall meet their local Occupational License requirements. A copy of the license mustbe submitted with their Proposal. The vendor agrees to provide access to the City, or any of their duly authorized representative to any books, documents, papers and records of the vendor which are directly pertinent to this . agreement, for the purpose of audit, examination, except, and.transcriptions 36. ::' AUDIT RIGHTS AND RECORD' RETENTION The vendor 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. The .vendor agrees to provide access to the City, or any duly authorized representatives to any books, COKSPECS 115.DOC 14 `. 96 285 �;r by � ,the chief procurement o VMS units >d 'of the the )rural t the to resolve -protests. .The officer shall have the authority, subject to the approval of the city manager and ..the city attorney, to settle and � � ij('�• ��ti + ro-�. �l �' r r � r...; �i SWORN STA'ITAIENT PURSUANT TO SF.c,`L'ION 2.87.133(1-)(a), noom-srATaTEs. ON PQB1.tc ENTITY C12IMES. THIS FORK MUST 13E SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTIIF,t2 OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to (print name of the public amity] by (print lndiyidual's name and title] for [print name of entity submitting sworn atatemeut] i whose business address is and (if applicable) its Federal Emptoyer Identification Number (kpiN) is (If the entity has no. FBIM &dude the Social. Security Number of the individual signing this' sworn statement:;` 2 I understand that a 'public entity crime" as defined in Paragraph 287.133(l)(p,), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, induding, but not limited to, sny bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United. States and involving antitrust, fraud, theft, bribery, collusion, racketee dng, conspiracy, or material misrepresentation. -3. I understand that *convicted' or 'conviction" as defined in Paragraph 287.133(1)(b), Florida Statutesmeans a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in an federal or state trial court of record relating to charges brought by indictment or information after July 1 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or noto contenders. 4. 1 understand that an 'affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes. means: 1. A predec wr or successor of a person cwrvicte d of a public endiy crime; or 2 An entity under the control of any natural person who is active in the management of the entity and who has been convicteed of a public entity crime. The term "affiliate• includes those officrs, directors, executives, partners, shareholders, employes, members, and agents who are active in the management of an af5liate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or lance among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one persoa controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a 'person' as defined in Paragraph 287.133(1)(e), Florida Statutes, oceans any natural r person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or senzces } let by a public entity, or which otherwise transacts or applies to transact business with public entity. The is term 'person" includes those officers, directors, executives, partners, shareholders, employers, members, and i agents who are active in management of an entity. 3: t 1 96- 285 1 4 _ City of Miami • �• • PRIMARY OFFICE LOCATION Affidavit Please type or print clearly. This Affidavit must be completed in full, signed and notarized for local preference consideration. legal Name of Firm: Entity Type: (dwdr one b" oNy) p Partnership ❑ Sole Proprietorship 0 Corporation Corporation Doe. No: Date Established: Occupational Ucense No: Date of Issuance: Street Address: w aCity: State: How long at this location: vs Street Address: 'o State: How long at this locat'wru a According to the City of Miami's Charter 29-A as amended: 'Ap oonfracts_shall be awarded by the commission to the lowest responsible bidder, provided, however, that If the amount of a bid or proposal submitted by a vendor whose primary office is located in the City of Miami is not more tham-10% fn excess of the lowest other responsible bidder or proposer, such local vendor may be awarded the contract._ - The Intention of this section Is to benefit local bona fide vendors/proposers to promote economic development within 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 vendorstproposers by this section. Authorize Signature Print Name : Trtle Authorize Signature Print Name TRW (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 DADE ❑ Personally known to me: or Subscribed and Sworn before me that this is a true statement this day of 199 ❑.Produced identification:• Notary Public, State of Florida r Printed Name of Notary Public My Commission Expires Please submit with your bid, copies of occupational License, professional and/or trade license to verity 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 document(s) to verity the location of the firm's primary office. 0 1 PWA 210 Rev.10M3 4 „E+ 1 silo '� ,! ! f•':: ,.: ' BANMENT AND SUSPENSION City of Miami Code Sec. 18-56.4 (a) Authority and reauirement.to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the city manager, afterconsultation with the chief procurement officer and the city attorney,' shall have the authority to debar a contractual party for the causes listed below: from consideration for award of city contracts. The debarment shall be for a period of not fewer than three (3) years. The city manager shall also have the, authority to suspenda contractor from consideration for award of city contracts if there is,probable cause for debarment, pending the debarment determination, the F authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the chief procurement officer after approval by the city manager, the city attorney, and the city commission. (b) -Causes for debarment or suspension include the followinai 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 chief procurement officer 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 leases by the city shall contain a certification 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 asset 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 THIS BID. 9 6 - 295 Z CITY OF MIAMIntinu, FLORIDA RFQ NO:_95-96--71 �'Q SHEST (Coed) MINORITY STATUS INFORMATION SHEET MTNC�RTTY CLASSIFICATION AND PARTICIPATION Please 'check one box only and complete any and all sections applicable to Your firm. 1. Indicate Minority/Women Classification of Business Enterprise (BIDDER): B=BLACK [ ] H=HISPANIC [ ] F=FEMALE ['] NM=NON-MINORITY 2. If ONE OF THE FOLLOWING, give details of Minority/Women Participation Within firm(s) ,' or as it may apply to this bid, if awarded. Indicate Minority/Women Classification of each company: A. JOINT VENTURE: Provide information regarding Minority/Women firms participating and'the extent of participation. % of Dollar firm Name Business Address. Participation Amount E1 r ] L� to B. SUBCONTRACTORS: Provide information regarding Minority/Women firms participating and the extent of participation. of Dollar Name Business Address Participation Amount r 1 C. SUPPLIERS: Provide details regarding Minority/Women firms that supply you with goods or services; state the extent. % of Dollar Firm Name Business Address Participation Amount. FAILURE TO COMPLETE SIGN AND RETURN THIS FORM MAY DISQUALIFY THIS BID 96- 285 �K- r � 0 �xa� kj�i;�' �s � ,.._��,. The term "e"`� pment and organizatibn" : `Mused herein shall be construed mean a fully equipped and well established industry as determined by the proper authorities of the City of Miami, Florida. 2."";Applicant shall be fullylicensed to perform the work ' described herein Towing Agency must: have an office' and storage :facility .establishe'd :in the City. of Miami preferably in thozone for which, an application is being submitted. Zone locations are attached as Exhibit I of -the sample agreement. Towing Agency shall provide proof of ownership or lease for all facilities. 4-7.If lease is ,submitted, it ' shall be , for the life `of this contract. 4. Towing Agency premises must be properly identified by signs on the `exterior 'of structures, i.e. visible from the adjacent access 'road. A'reasonable state of cleanliness of equipment and facilities be`':maintained,.,,Working areas,' interior and exterior of structures shall be kept free of debris and/or articles inappropriate or inconsistent with the, operation of towing service. 6. Towing Agency must have and maintain a separate telephone number on a twenty-four (24) hour basis for :incoming <police calls, in addition to such other telephones as are necessary to provide twenty-four (24) hour service to the public. (NO ANSWERING SERVICE, ANSWERING MACHINE OR RECORDED MESSAGE WILL BE ACCEPTED). 7. Storage - At least one hundred (100) outside and two (2) inside storage spaces shall be immediately available. Rates for storage are to be not more than those storage rates set forth im the agreement. 6. EQUIPMENT REQUIREMENTS "Tow Truck" and "wrecker" are synonymous and hereinafter used interchangeably." 1 Tow: 1trudk <meansany motor vehicle equipped ,with booms, winches, or similar equipment designed for recovery and towing - ;of vehicles,>trailers, motor homes and objects which cannot operate ;under their own power and must be transported in:`ahe tow' and control of another vehicle. 2 Wreckers Defined Wreckers shall meet the requirements of the Metro -Dade County Towing Ordinance, and display the appropriate decal for Class A, `B, C, or D tow,`truck defined below; ' s-- 285 2 ■ 1ti � 4y i 1 1 z f Y tl t li 1 l l 1 1 F 7 � i A. Class '''X`1 Wrecker: 1: Commercially manufactured unit h_ch a rated capacity of not less than 10,000 pounds GVW. 2. Cab to axle dimension of not less than 56 inches. 3. Dualrearwheels. 4. Commercially manufactured boom with a minimum capacity of 8,000 pounds. 5. Hydraulic winch(es)'with a`minimal winching capacity of 8,000 ` pounds. 6. One hundred (100) feet of 3/8 inch steel cable (fibre core ,or . steel core):. Nate: If steel core is used, it shall be at .the towing agencies risk-and.liability. .,7:.Wheel ':lift with a retracted rating of: not less than 3,500 pounds ,and an extended rating of not less than 2;000 pounds. 8. Tow sling with a safe lift rating of 3,500 pounds. 9. 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 Flatbeds i. 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 cable (fibre core or steel core) Note: If steel core is used, it shall be at the towing agencies risk and liability. 7. Two (2) tie down chains, each ten (10):feet in length. 8.: Two '(2) safety chains.. C. Class "B" Wrecker: 1..Commercially manufacturedunit, with a.rated capacity, of not less than 18,000 pounds GVW. 2 . Cab to axle -dimension of .not ,less _than Winches. 3. Commercially 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 1/2 inch steel cable per. winch (fibre core or steel `core).., Note: If.steel core is used, it shall be at the towing agencies risk and liability. 6. Under reach with'. a'. retracted rating of, not less than 6,000 pounds and an extended rating of not less than 4,000 pounds 7. Tow sling with a` safe ,lift ;rating:of 8500 pounds. 8. Two (2)`5/16 inch alloy safety chains 9. Tow bar equipped.: 10. Two (2) snatch blocks, minimum 8000 pounds capacity each „ 11. Two (2) scotch blocks 9 s �.; 12. Brake lock. 96— 285 3 14. Air spring brakes. D.,Class "C" Wrecker: r, `•. (1) Commercially manufactured unit, with a rated capacity of not less than 30,000 pounds, GVW (2) Cab to axle dimension of not less than 144 inches. (3). Commercially manufactured,boom(s) with a minimum total capacity of 50000:pounds. (4) Winch(,es) :with a.. minimum total winching capacity of 50 000 : pounds , (5) Two hundred (200) feet of 5/8-inch'steel core cable per. winch., Note: If steel core is used, it, shall be at the towing agencies risk and liability, (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) Tow sling with a safe lift rating of 12,000 pounds , (9) Two (2) 1/2 inch alloy safety chains (10) Tow bar equipped (11) External air hookup and hoses to supply air to disabled vehicles. (12) Two (2) snatch blocks, minimum 24,000 pound capacity each (13) Two (2) scotch blocks (14) Spring brake - air lock E. Class "D" Wrecker: 1. Commercially manufactured unit with a rated capacity of not less than 52,000 pounds GVW. 2. Cab to axle dimension of not, less than 180 inches. 3. Commercially manufactured boom(s) with a minimum total capacity of 70,000 pounds. 4. Winch(es) with a'minimum total ''winching. capacity of 7 0, 000: `pounds . 5.-Two hundred (200).feet 'of 3/4 inch steel ,cable per winch (fibre coreror steel core). Note: If steel core is used, it shall be at the towing agencies risk and liability. 6. Under reach with retracted rating of not less than 45,000 pounds and an extended rating of not less than 15,OM pounds. 7. Rear�support >jacks or outriggers. 8. Tow sling with a safe lift ,rating of 12,000 pounds. 9. Two- (2).-1/2 inch alloy safety chains 10- Tow bar equ.iPPed 11 External air hookup and hoses to supply air to disabled vehicles. 12'. Two`(2) snatch blocks, minimal 24,000`pounds. 13. Two (.2) scotch blocks. 14. Spring brake -air lock. 10 96-.285 4 kti t , r (a) Automob""� 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. A11 insurancepolicies' 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 he: Insurance Coordinator. 14 .. DEFAULT City shall be the -sole judge of nonperformance, which shall include any failure on the part of the successful applicant to accept the award to furnish required documents, and/or to fulfill any portion of the contract within the time stipulated. In the' -event Towing Agency fails to accept the award then all reprocurement costs may be charged against Towing Agency, and may also result in the r being debarred or suspended from future.City roposals. t. Upea 15. MINORITY/WOMEN PROCUREMENT PROGRAM Ordinance No.10062 as amended, entitled the Minority and Women Business Affairs and Procurement Ordinance of the City 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/women business enterprise is defined as a business firm " ..in which at least 51 percent of said enterprise is owned by. Blacks, Hispanics, - or Women whose management and .daily business operations are controlled by, one or:more Blacks, Hispanics or Women. To achieve the goal established by Ordinance No.10062 as amended, participation in providing, goods and services to the .,City by minorities is being encouraged in a number of ways. All vendors doing business with the City are encouraged to include the participation, of minority/women firms in. their- proposals. In evaluating applications for determination of awards, minority/women participation shall be a factor. Failure to 14 �- 285 8 adequately., i�'":�lve minority/women' firs " , may be basis for rejecting, any .-,id all proposals. Additionally, a special Information Sheet has been provided' to assist theapplicants in presenting information concerning -minority/women participation. Minority/women business firms ,are encouraged to register with the City prior to submitting, proposals. Procurement Management Division will provide the necessary forms and instructions upon requests. ALL: VENDORS ARE URGED TO SUBMIT PROPOSALS FOR ANY GOODS OR SERVICES THAT THEY ARE ABLE TO. SUPPLY, REGARDLESS Op MINORITY'S WOMEN. CLASSIFICATION. However, compliance with all requests for information regarding Minority/Women-status or participation is required. Applicants cooperation is greatly needed to aid the City in achieving its goal It is the right of the City to terminate and cancel any contract or contractual agreement entered into, including elimination of the individuals) and/or business enterprise(s) from cons ideration.and participation in>future`City contracts, on the basis of: having submitted deliberate and willful, false or misleading information as to his or her, its status as a ' Black, Hispanic and/or women -owned business enterprise and/or the quantity and/or type of minority and women -owned business participation in the actual provision of service. Each successful proposer or offeror must agree to provide a sworn statement of compliance with the provisions of this special condition to the purchase or contract award under consideration; such statement shall certify that the proposer or offeror, during the course of time involved in the performance of the contract sought by such proposer or offeror, shall not discriminate against any business, employee, or applicant for employment because of age, ethnicity, race, creeds color, religion, sex, national origin, handicap or martial status. .Ar,certified affidavit of the extent to which the business enterprise has as one or more of .its -partners -or 'principal i persons who are Black, Hispanic or Women, or is a joint ,venture comprised of a` non -minority business <and/or : women -owned enterprise must be submitted. (See attached ordinances) Proposers :must also submit:.with their Proposal an Affirmative, Action: Plan (AAP). Any significantequityparticipants,' joint venture participants, subcontractors, suppliers or other parties to the Proposal shall also be required to submit such!`plans. (See. Attachment/sample in RFP documents. It is required that :there be continued proposer or offeror eligibility including minority and female involvement during the term of the agreement. I 96- 285 15 9 CITY OF MIAMI, FLORIDJj-,, SPECIF'ICATIONS/ZONE LOCATIO.S POLICE; TOW . TRUCK SERVICES r � - 1 The. instructions to bidders, proposal,:.qualifiation forms andthe;'general specifications area 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. f.. 2.. Lodation of Work: ZONES... ..The Zones covered in this RFP areas defined below - and_ per the -attached map o f .. same :; ZONE I North: ',City- limits East: To Biscayne Bay, including west; -end of bridge on 79 Street Causeway, prior to North Bay Village, City limits. South: Northside of NE 46 Street and NW 46 Street, but not including 46 Street. West: City limits. ZONE II North: To include NE 46 Street and NW 46 Street. East: To Biscayne Bay South: To northside of NE 20 Street and NW 20 Street, but not including 20 Street. West: City limits, including NW 36 Street strip to railroad' tracks. ZONE III North: To NE 20 Street and NW 20 Street including 20 Street. East: To Biscayne Bay, including Biscayne Isle and San Marco Isle. -South: Miami River (including City Auto 'Pound) West: Miami River to the point where,27 Avenue and NW 20 Street meet. 18 96- 2'85 ZONE IVrth: To NW 20 Street, 'it of 27 Avenue. South side of . Miami River to NW 17'` Avenue, but not including 17 Avenue. South: Flagler Street west of 17.,Avenue to 37 Avenue, SW 8 street west of SW 39 Avenue. West '3 Citylimits, including Tamiami` Canal Road, ZONE V North: Miami River. East: To Biscayne .Bay, including Rickenbacker Causeway to middle of second bridge, and Virginia Key. South: To Biscayne Bay, including Claughton Isle. West: To NW and SW 17 Avenue including 17 Avenue. ZONE VI North: Flagler Street east of 37 Avenue` j East: To SW 17 Avenue but not ' inc ludirig ' 17 Avenue. South: To Biscayne Bay, including Fair Isie'to West: ZONE- VII North Prospect Drive. City limits. Citywide Backup Zone. (3)"` Department of General services Administration and Solid Waste The Department Administrator shall authorize towing requests. SECTION 'III TOW ING.REVIEW BOARD: There :nay be established; a" Towing Review Board, which may evaluate any, controversy or cl aim arising -out of/or related to 'this 'Agreement. Five to be appointed as follows: (5) members and an alternate, staff Person 'appoi-rated by' -the Director -ofthe Police Department; a Supervisor` from the Fie,T'd Support "Section; a staff person appointed by the Central Services Administration and Solid " Waste Department;' one representative and an alternate selected by and among Towing Agencies having a contract with C9ty � and' an independent party to be selected by the City ^tanager. 0peratioraI procedures of the. Board shall be developed by the City. SECTION., IV. PERFORMANCE.STANDARDS: Towing "Agenci es must adhere to the following speci fi c o 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 of Miami Police Departnent.` (2)` Towing 'Agency shall agree to have sufficient personnel to staff the facility utilizing the same schedule as the City Pound 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''(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 IT of this agreement. Exhibit I describes'the.zone locations. (4.) •Tow ``trucks must proceed' to the scene immediately after Tow Agency receives the correct address from the pol i.ce dispatcher by telephone or radio. Thirty -(30) minutes is the maximum allowable response tir in howeve, considerations may be given to :traff`ic conditions which cou`1 d result 'i n delays. Should towing' Agency' anti ci,pate-delay beyond thirty (30) minutes due to traffic'` conditions, Towing Agency shai l advise the authorized zed source of the request of the estimated time of arri vat . (5)" Re' peated.'an d •.unjus"tified failure of a Towing Agency to respond within thirty (30) minutes to calls would be deemed to be a demonstrated unwillingness or inability to provide the .required standard of service, and be subject to the provisions contained in. Sec..ti on : XIX and XX of this -agreement. '(6Y 'AlI 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 shal 1 be on record with the City of Miami Police "Department. All tow truck 96 285 21 2 record wi th the i ty of Mi ami Police Deb. tment. Al 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 shallnot,use rotating beacons when proceeding to.a:ca11 unless ,authorized by the police dispatcher. (9) Roasting beacons steall be used, at the scene, and when towing v6h:-ic,les from .the scene only if; towed vehicle, represents a hazardous condition. Sirens on wreckers are prohibited. (10-) Towing .Agency shall not remove vehi cl,es i:nvol vad ,i n accidents, prior to the arri vat of a; pol ice, unit, t, and only, with. the permi ssi on of the assigned police unit: (11) Tow truck operators shall be responsible for 'removing glass and/or other, debr:i.s_ from the street as a resul t of .a traffic- accident to which said operator it responding for the Ci ty. This -debris ,shal l be placed i'n a suitable container and removed by tow truck operator and; shall, -in-no 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 assume all responsibility, for damage done to a vehicle towed, or to be towed, during the towing and while vehicles are, stored at the agency's place of business in accordance with Florida Statute 713.78. (13) Towing Agency shall not make any repai rs to any towed v e h i cl e without the _express consent of the owner of the vehicle. (14) Towing Agency's file shall contain a list of all vehicles on the premises, copies of all itemized bills, copies of notices sent to v.e,hicl:e 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 i n;spec.ti on by Ci ty. C15) ,Tow,i ng Agency shall remain equipped . and steal l comply with all =.r..equirements set,jorth:.in the bid specification throughout the ent:i re e;rms of this .agreement. (16) Towing 'Agency, office and storage area must remain at the location occupied when this contract is awarded, unless specific written approval. ;for a, ;relocation of the office. and/or ,,the. storage area is 'received -f:rom Department of Police, Traffic, Divis i o'n, Wrecker Detail. (17) Towing Agency shall be responsible to notify the City of. Miami, 'D;epar.tment of Police, Complaint Center when they are not available to ;service a certain tow within their re_spect've zone. In case of this occurrence, the City` of Miami*,' Department of'. Police, shall dispatch a towing agency from Zone 7 . in order to handle° coverage Citywide. Tow.ing a encies comprising Zone 7 will act as a backup for the other six (63 zones based on a rotating system. 22 SECTION V - CANCELLkAON OF TOWING SERVICE: City reserves" the right to cancel aservice request to a Towing Agency at any tme,"u'p ta''time of hookup without charge. Such cancellation would be made through the same sources that generate request`s, as listed in .Secti on ,I I`,' of thi s `Agreement. Cancellation may also be auth,ori zed at the scene;': by a; police officer* I'n the event a hookup has taken place and it is necessary'' to drop the vehicle prior to commencing a tow, a -charge not exceeding one-half the regUI: [r t;owi ng rate', according to the class of tow, may be made. In the event the,! "tiler ,could drive hi s/her automobile away, 'and the only service needed i s t to '`pull the bumper` ` or fender which; i f this was done, the autlombbi l e,"could b,e : drivable; a charge 'not exceeding one' -hat f the `regular towing rate, ' `a'ccordi ng to the class of ' tow' may be made, i"f 'this service i s performed. No City administrative charge may be made for these s'erv.,i,ces. SECTION VI - EMPLOYEES: All persons employed by the Towing Agency (including principals, agents, and employees) are required to be fingerprinted and photographed, and s'hal 1 receive 'i denti fi'cati on cards to be issued by the City of Miami and which must be renewed annually. Each Towing Agency shal l 'supply to City a list of its personnel prior to being eligible to be called on for towing _service. Notification of any change in such personnel shall be furnished - 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 it uses. SECTION VII STORAGE AREAS: Qualifying storage facilities and offices shall be contiguous to another at a maximum of seven hundred and fifty (750) feet. Over and above these requirements, Towing Agency may use additional properties for overflow storage which is within one mile of qualifying property. Qualifying' prope.rty,must. have at least one -hundred (100) outside and two (2) inside torage,spaces. A71 towing `.Agency's storage areas must conform to Ci ty of Miami zoning_ r.equirem;ents. existing now and in the future. All impounding vehicles and towing vehicles and equipment at :Towing Agency's storage site sh"al`1 be 'kept `w.i th'i n 'th'e confines of the faci 1 i ty and not upon the public streets, sidewalks,, .or publ'i"c pr6'perty." At Ci.ty.'s` sole" di scretion,' Towi ng 'Agency may be directed to tow a. vehicle to,. a- Ci ty, storage . faci l i ty. `Whi l e at city facility,; Towing. Agency may be requi red 'to move;: on'e vehicle* from one location to another within the City faciIIty,;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`. i Towing Agency st..orage areas" must display identifying signs: clearly visib'1e",from the street; in conformance with zoning regulations, to enable.persons seeking to locate Towing Agency to easily, identify same. 23 96- 285 Ourng normal busin~ hours, owner of store vehicle or designated representative shall_ be allowed to view vehicle after providing proper n doctimeta.tion of ownership or representation. Vehicle owners must be a;l 1,6wed::to ;inspect their vehicles . and remove their personal posses,s:i ons not -attached to. vehicle prior to payment ;and without the requirement of. a waiver as a, 'condition- of releasing .vehicles. Any other requests shall be 1 eft to the discretion of Towing Agency: Towing: Agency shall- not charge any `storage 'and/or administrative fee for an owner or designee`' to recover, i terns from :stored vehicle. T.owi,ng;Agency must provide security for impounded vehicles and assume respons,i,bil.ity. -for ;:any articles of value left in the vehicle and listed on ;the vehi ca a Storage Receipt or Towing Report, Towing' Agency agrees :,to., replace. -any such article(s)' or compensate ;the insured person upon ve.rif,vcat*on of the lo.s`s by the designated i,nvest;igative officer of the �di ami . Poa ice Department. upon arrival of vehicle at storage facility, storage facility personnel shall verify the inventory of contents of the vehicle as listed onthe Vehicle Storage Receipt and/or Towing Report. Discrepancies shall be reported immediately to the Miami Police Complaint Center, and the Police Wrecker ;Detai 1,. Towing Agency shall not release vehicles its storage lot with outstanding charges due, upon requests from officers, without prior permission of the Wrecker Detail or a Miami Police shift commander: SECTION VIII - 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.,;XI;V E,:of this, Agreement. SECTION IX SPECIAL EVENTS TOWING: The,Police Department shall have sole discretion in the utilization of Towing Agencies for special events, special operations which shall i ncI de.�;O: U. I . r.oadblock , -various . drug and prosti tuti ons stings,, etc. Towing: Agency, assigned. ,to the zone within which the Special' Eve is tak' ng; .pl ace,. shal 1 ; have, the ;f i.r.st opportunity,. to provide the . equipment nec'essary,to service the event. -If the Tow ing:'Agency working the special event or special operation provides - unsatisfacto. ry servic.es,, the commanding officer may call upon other City Towing Ag'en'cies giving priority to :zone seven .;(7) 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 De artment, ail Towi'ng'-Agencies shall be. required to provide at'least one pp (1) Class "A" Wrecker for .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 must be authorized by the Police Officer in charge at the scene. SECTION X INSPECTION OF FACILITIES AND/OR EQUIPMENT: 24 96 285 Inspection of facilities and/or equipment 'shall be made by members of Ci ty of Mi ami Police Department. These inspections shall be made at any time 'during the contract period as` 'deemed appropriate by City. T'o,', Agencie's shall have a11- required' equipmentasdetailed in the bid specifications on all vehicles, at all times while engaged in towing for :..the City. SECTION:XI-�,_LICENSES, PERMITS, ETC: Towing Agency must comply with the City of .Miami Code, Chapter 42, Article V. Towing of Motor Vehicles, must possess a valid current 1`i cerise - from City pursuant to said. article_, ; and any other permits or licenses ohich may be required to do business in City. Towing -Agency must a1s:o ,possess all the licenses, permits, etc., necessary, from Metropolitan Dade 'County to operate said Towing Agency. Al 1 licenses, permits, etc., must be kept vat i d throughout the terms of this 'Agreement. SECTION XI I: - 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 the comp.l;aint should be the basis of suspension or termination. Files shall be kept by the Towing Review Board about -Towing Agencies complaints. _. SECTION XIII -'COMPLAINTS FROM' TOWING AGENCIES: Any complaints from Towing Agencies concerning city' employees shall be forwarded to the Wrecker Detail of the Miami Police Department. Each such complaint shall'' be forwarded through proper' channels for i;nves.tigation, and a written reply shall be made to Towing Agency within f: fteen ' (T5) world rig days' `of. receipt - by -Wrecker.; Detail. SECTION,XIV• MAXIMUM RATES: . Rates set forth- in this section may be reviewed following the end of the fi rst' full year of the contract, or at any time thereafter,. by rep.resen:tatives of the Police' Department and; the Department of General ; Services Administration and Solid Waste. City, representatives will meet ; with ,a representative of the contracted Towing Agencies of the City as part`of the review process. City representatives shall. recommend to the ,C;i_ty: Manager for approval', any rate. adjustments... The City -Manager is a'uth'ori zed to approve an increase in ,rates. 25 f. 6 285 Towing. rates set forth in this Agreement shall be posted in easily readable format the customer point of payment A. TOWING RATES PER WRECKER CLASS Base rates shall include hookup, unlocking door if necessary, dropping of _linkage; use,of dolly and towing. iMileage rate shall be.allowed for each mile or fraction of a mile to all destinations, with the exception of a City operated storage facility asnotedbelow. (1) Class "All (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 ;I B11 , (a) Base Rate:.. ..:...... ............ $150.00 (i) Towing: Agency. ..... $135.QO (ii)'City Administrative Charge........... $ 15.00 (b) Mileage Rate after first five miles....... $ 3.50 (3) Class „C11 (a) Base Rate.......... :............. .......... $175.00 (i) Towing Agency.. ................... .. $160-00 (ii) C.ity 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 THE CITY OPERATED STORAGE FACILITY FROM WITHIN THE CITY LIMITS. MILEAGE FOR TOWING OUTSIDE CITY LIMITS TO OPERATED STORAGE FACILITY SHALL -WAY DISTANCE BETWEEN THE:PICR UP POINT, AND BE BASED ON THE ONE THE CLOSEST POINT OF ENTRY INTO MIAMI CITY LIMITS. B. AUXILIARY CHARGES Any- auxiliary.,`services (e.g., use -of dolly,, dropping and rehooking linkage, ,low -boy tractor trailer or use of airbag recover system) are to. be performed only if required and appropriate. (1) Low -boy Tractor Trailer...... .. . ........... $150.00 per hour r 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 State Statutes 715.05 and 713.78, and may be imposed by the, Towing Agency for -26 7 9'5- .285 t' 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. B.-All actual fees imposed by a state for obtaining pertinent ownership informationand actual postage fees will be in addition to 'IAI! 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 Towing Agency during the first twenty four (24) hours of impoundment. Failure to comply with the owner/lienholder notification,,provisions, as required, by Florida State Statutes 715.05 and 713.78, shall 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), miscellaneous calls for city service, and winching recovery (service shall not include removing a vehicle from -a parking space and simple winching and retrieving to facilitate its removal). 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) Glass "A Each 15,minute interval ............. 16.25 S Hourly. rate. ... .. ... $ 65.0,0 (c) Class IIBII Each 15 minutes interval. $ 32.75 Hourly rate ............................. $135.00 (d) Class "C" - Each 15 minutes interval`. .. $ 40.00 —Hourly rate........... ...... $160.00. i (e) Class I'D" Each 15 minutes interval......... .. $ 46.25. - Hourly rate ............................. $185.00 8 27 285 is further understood by and between the parties, that any i n,f'ormati on, writings, maps, contract documents, reports, or any o_the,r 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 an.y other purposes whatsoever without the written`;consent of City. ,SECTION.:XXIY - NONDELEGABILITY: The obl: gat`i o n s undertaken' by Towing Agency 'pursuant ;to "'thi s Agreement shall not be delegated or assigned to any other person or firm without the City's prior written approval. SECTION XXV - AUDIT RIGHTS: Upon written request on the part of City, which is to be in -the hand of the Towing, ,n A enc ten (10) 9daygs in advance, City reserves the ri ht to audit thereordof Towing Agency which pertain to this Agreement at any time during the performance of this Agreement and for a period of three (3)'year after final payment is made under this Agreement SECTION XXVI 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. XXVII CONSTRUCTION OF AGREEMENT: .Thts..agreement shall be construed and enforced according to the laws, statutes, .and ,case ,laws of the State of Florida. SECTION..XXYIII SUCCESSORS AND ASSIGNS:` Thi's agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors, and assigns. SECTION XXIX -INDEMNIFICATION: - Towing Agency hereby agrees to pay on behalf of,' ,indemnify, defend, and hold harmless the City and Ci ty's o f f i cers, 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 a njury., loss of life' or damage of property, ` whether ari'si ng `before or after completion of the'' work hereunder,and in any manner directly or rectly 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 controlor on its°behalf, in connection with this contract. The Towing Agency's aforesaid indemnity and hold harmless agreement shall not 34 render such Towing Agency responsible of any liability caused by sole 4eg1 i gence, `of the City. 15 ��—' 3 LlL��y ;n5. ny�N ri Yr��e-r CITY ,OF MIAMI,>,,FLORIDA APPLICATION FOR WRECKER CONTRACT iJL tusiness Enterprise' Name 2. Busi Mess 'Address Telephone ... City Zip Mail ng.'Addrdss 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 OWNERS AND PERSONS HAVING AN INTEREST IN THE TOWING AGENCY:' (Attachadditional sheets if necessary) NAME SS # ADDRESS PHONE CITY' STATE BIRTH DATE NAME SS# ADDRESS PHONE CITY:' STATE BIRTH DATE - NAME ; . i SS # f ADDRESS. PHONE CITY STATE BIRTH DATE NAME . SS # ADDRESS PHONE CITY' STATE BIRTH DATE : A a r 39 285 1 w it •i. i