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