Loading...
HomeMy WebLinkAboutR-87-1027J-87-911 11/19/87 RESOLUTION NO.9 —1027 A RESOLUTION APPROVING THE PROPOSALS OF CERTAIN TOWING AGENCIES FOR THE ZONES AS DESIGNATED HEREIN FOR FURNISHING TOWING AND WRECKER SERVICES TO THE CITY OF MIAMI ON A CONTRACT BASIS FOR ONE (1) YEAR RENEWABLE FOR AN ADDITIONAL YEAR; AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACTS FOR THIS SERVICE. WHEREAS, pursuant to public notice, sealed proposals were received May 26, 1987 for the furnishing of towing & wrecker services City Wide in particular the Department of Police; and WHEREAS, invitations were mailed to thirty six (36) potential proposers and twelve (12) proposals were received, and WHEREAS, this service will be used by various City's Departments, in particular the Police Department, for the purpose of towing and wrecker services; and WHEREAS, the City Manager found the following towing agencies to be eligible to provide towing and wrecker services; Nu -Way Auto Services, Nolan's Towing & Recovery, Molina Towing, Inc., Blanco Towing, Inc. d/b/a/ Freeway Towing, Inc., Coral Way Towing, Inc., Southland Towing & Recovery Service, Inc., and Ted & Stans Towing Service; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The following Towing Agencies as designated by zone are approved for the furnishing of towing and wrecker service on a contract basis for one (1) year, renewable for an additional year as hereby approved: Approved Zone Agency. 1 Nu -Way Auto Service 2 Nolan's Towing & Recovery 3 Molina Towing, Inc. and Downtown Towing Co., Inc. 4 Blanco Towing, Inc. d/b/a Freeway Towing, Inc. 5 Ted & Stans Towing Serv., Inc. 6 Southland Towing & Rec. Service * Downtown Towing Co., Inc, is being approved (conditioned upon correction within thirty (30) days of a problem which had rendered it ineligible) for use on a rotating basis 'in Zone three. CITY COMMISSION MEETING OF rrljn P�me�;P1, G - LNovi IE ION No. Section 2. The City Manager is hereby authorized to execute the contracts for this service. PASSED AND ADOPTED this_j.%tjL_day of NnvPmhc--r , 1987. AT Aj:2e:j= MA72TY HIRAI, CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY /r APPROVE'D A$ TO FORM AND CORRECTNESS: L ITY -2- 9 7-io I N0*0-18-87 WED 14 36 LAW DEPT P.03 :ITY ;'R MIAMI. L�11d•� iNTE:i•OFFtCL AEMARANOt;`n o The Honorable Mayor and Members art ovember 179 1987 ' of the City Commission :U80, Resolution Authorizing Award of Contracts for PROM Towing Services Cesar H. Odio City Manager RECOMMENDATION: It is respectfully recommended that the City Commission review the staff proposal, select the companies which shall furnish towing and wrecker services to the City of Miami, and adopt the attached resolution authorizing the award of contracts to the companies selected. BACKGROUND: The General Services Administration Department coordinated the development of a proposed Request for Proposals (RFP) and a Sample Agreement, working with the Departments of Police, Law? Solid Waste and Off Street Parking, and representatives of the towing industry. In March 1987, the City Commission approved the issuance of the RFP. Proposals were received May 26, 1987 and the investigations and evaluation initiated. The General Services Administration Department has reviewed the applications to provide towing and wrecker services to the City of Miami, which were submitted in response to the Request for Proposal 086-87-076. The RFP set forth the City's terms and conditions under which a company would be permitted to provide towing and wrecker services to City departmentsg in particular the Police Department. The RFP designated zones within the City which an applicant could apply to provide service and two basic classes of towing, light or heavy, for which the applicant could designate a preference. The Police Department investigated each of the applicants to determine if the City's requirements were met in regard to the business location, storage, equipment, employees and background checks. On the basis of the requirements of the RFP and the results of the Police investigation, it was found that the below listed firms qualify to provide towing services in the designated zone. f ;'--1.02'7 F47-1027 NC►tis�= i e-07 t•11Zb 1 '44�6 LA14 bEPT The Honorable Mayor and City Commiasiohers ZONE 1 2 3 4 5 L P . 04 page 2 TOWING AGENCY Nu -Way Auto Servile 551 N.W. 71 Street Nolan's Towing and Recovery 2951 N.W. 27 Avenue Molina Towing, Inc. 2151 N.W. 7th Avenue Coral Way Towingp inc. 2962 S.W. 28 Lane Blanco Towing, Inc. d/b/a Freeway Towing 1301 S.W. 71 Avenue Southland Towing & Recovery Service, Inc. 2400 S.W. 27 Street Ted and Stan's Towing Service 3075 S.W. 28 Street Southland Towing A Recovery Service, Inc. 2400 S.W. 27 Street Ted and Stan's Towing Service 3075 S.W. 28 Street It is recommended that only one Towing Agency per zone be contracted to provide services, although nothing prohibits the Commission from approving more than one company per zone. Although more than one company per zone may lead to confusion as to the location of an automobile after it is towed, Each of the above firms is also capable of providing both "A" (Light Duty) and "B" (Heavy Duty) towing services. One change which is being made to the contract in its final form upon the advice of the City Attorney, is to permit the person claiming the car to pay with a Money Order rather than the present system of the Towing Agency requiring cash. This will allow the claimant more personal security which he would not have when carrying large sums of cash. Contract length shall be for one year and shall be in accord with the draft contract previously approved by the City Commission. Attachments oe: Law Department j1�t0Iv I R'7--102'7 59 CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM TO. The Honorable Mayor and Members DATE: Nov 41987 nLt: of the City Commission - SUBJECT=�j Resolution Authorizing Award of Contracts for Towing Services FROM: Cesar H. Odio, u• „ REFERENCES: City Manager ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission select from the staff proposal the companies which shall furnish towing and wrecker services to the City of Miami, and adopt the attached resolution authorizing the award of contracts to the companies selected. BACKGROUND: The General Services Administration development of a proposed Request Sample Agreement, working with the Solid Waste and Off Street Parking, towing industry. In March 1987, the issuance of the RFP that provides gervinps when necessary to various the Police Department in particular. Department coordinated the for Proposals (RFP) and a Departments of Police, Law, and representatives of the City Commission approved the for the provision of towing departments of the City and The RFP set forth the City'o t��os and conditions under which a company would be permitted to provide towing and wrecker services to City departments, in particular the Police Department. The RFP also shows the zones within the City which an applicant could apply to provide service and two basic classes of towing, Light Duty or Heavy Duty, for which the applicant could designate a preference. Applications to provide towing and wrecker services to the City of Miami, were submitted in response to the Request for Proposal #86-87-076. Proposals were received May 26, 1987 and the investigations and evaluation initiated. The Police Department investigated each of the applicants to' determine if the City's requirements were met in regard to the business location, storage, equipment, employees and background checks. On the basis oa the requirements of the RFP and the results of the Police investigation, it was found that the following listed firms qualify to provide towing services in the designated zone. 59 — / 87- 027 The Honorable Mayor and City Commissioners ZONE TOWING AGENCY 1 Nu -Way Auto Service 551 N.W. 71 Street 2 Downtown Towing Company 2418 North Miami Avenue Nolan's Towing and Recovery 2951 N.W. 27 Avenue 3 Downtown Towing Company 2418 North Miami Avenue Molina Towing, Inc. 2151 N.W. 7th Avenue 4 Coral Way Towing, Inc. 2962 .3.4 . 23 Lane 5 Southland Towing & Recovery Service, Inc. 2400 S.W. 27 Street Page 2 Ted and Stan's Towing Service 3075 S.W. 28 Street 6 Southland Towing & Recovery Service, Inc. Ted and Stan's Towing Service 3075 S.W. 28 Street It is recommended that only one Towing Agency per zone be contracted to provide services, although the Commission may approve more than one company per zone. However, the award of more than one company per zone may lead to confusion as to the location of an automobile after iL. is towed. Each of the above firms is also capable of providing both light duty and heavy duty towing services. The contract being awarded is for one year with an option for renewal for one additional year. In zones with a 87-102 The Honorable Mayor and City Commissioners Page 3 more than one qualified Towing Agency, it is recommended the City Commission adopt a policy of intent to rotate the contract among qualified firms each contract period.. At the direction of the City Commission, the staff committee met with representatives of the towing industry to discuss the RFP and the proposed agreement. A copy of the proposed agreement is attached and is in accord with the draft contract previously approved by the City Commission. Minor changes were made to the contract in its final form as discussed with Towing industry representatives. One important change is to permit the person claiming the car to pay with a Money Order or Cashiers Check from a Dade or Broward County bank with proper identification, rather than the Towing Agency requiring cash. This will allow the claimant more personal security which he would not have when carrying large sums of cash. Attachment 0 P37-102 I AWARD OF BID Bid No. 86-87-076 ITEM: Towing & Wrecker services DEPARTMENT: City Wide TYPE OF PURCHASE: Contract for one (1) year renewable for an additional year REASON: To provide wrecker and towing services POTENTIAL BIDDERS: 36 BIDS RECEIVED: 12 MINORITY WOMAN PARTICIPATION: Invitations to Bid were sent to one 1 black, ten 10 hispanic and three (3) woman owned firms engaged in the towing services as located in the following sources: 1. Dade County Minority Register 2. Previous bids on file in the Procurement Mgmt. Office 3. Vendors applications on file in Procurement Management 4. Yellow Pages Telephone Directory Minority response consisted of one (1) bid from a black firm, four (4) bids from Hispanic firms, including Molina Towing, recommended for award and three (3) bids from woman owned, all three recommended for award. BID EVALUATION: Category Prior Bidders Black American Hispanic American Wonsan Owned Non -Minority Following. is an analysis of the Invitations to Bid: New Bidders Black American Hispanic American Woman Owned Non -Minority Courtesv Notifications "No Bids" Late Bids Totals Number of Bid Invitations Mailed 0 5 3 5 1 5 0 17 15 Number of Responses 0 3 3 3 1 1 0 1 0 0 0 e Page 1 of 2 9 7-1027 004 r RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO NU -WAY AUTO SERVICE, NOLAN'S TOWING AND RECOVERY, MOLINA TOWING, INC., DOWNTOWN TOWING,, INC., CORAL WAY TOWING, INC. SOUTHLAND TOWING & RECOVERY AND TED & STANDS TOWING SERVICE. Chief Procurement Officer Date The Minority & Women Business Administrator concurs with the above recommendation. Minority &-Women Easiness Administrator Date Page 2 of 2 nn TONING AGREEMENT THIS AGREEMENT, made and entered into this day of 1987 by and between the City of Miami, a municipal corporation of the State of Florida, hereinafter referred to as "CITY" and ,(a State of Florida ' corporation), a partnership), a sole proprietorship), or (other), hereinafter referred to as "TOWING AGENCY". WHEREAS, the City of Miami Department of Police requires tow service in order to remove vehicles from accident scenes, vehicles posing a traffic hazard, scofflaw vehicles, stolen vehicles, recover and remove vehicles from salt or fresh water, and other similar situations requiring placement of vehicles in storage locations; and WHEREAS, the Fire, Rescue and Inspection Services Department may from time to time require specialized tow services; and WHEREAS, it has been found that utilization of private towing companies within the City of Miami effec,;ively provides the needed services; and WHEREAS, there are a number of private towing companies which might provide these services on a contractual as needed basis; NOW THEREFORE THE PARTIES AGREE AS FOLLOWS: SECTION I - TERM OF AGREEMENT: Agreement shall commence thirty (30) days after execution by the City Manager and shall be effective for one (1) year from date of commencement. After the initial one (1) year period, this Agreement shall, be reviewed by the City Commission and may be renewed at City s sole option subject to the terms and conditions stipulated herein, for an additional one (1) year period. SECTION II - SCOPE OF SERVICES: Towing Agency shall provide to city all categories and classes of tow service as defined in the special conditions of RFP 86-87-076 for zone , see attached map of.zones. Requests for tow service shall originate from one of these authorized sources: Police Department, General Services Administration Department or Fire, Rescue and Inspection Services Department. 1. Police Department All Police requests for tow service and removal of a traffic hazard shall be made through the "Complaint Center" of the Miami Police Department Communication Bureau. 2. Fire Rescue and Inspection Services De artment The Fire, Rescue and Inspection Services Chief shall authorize towing requests. 3. General Services Administration Department The Departments Director shall authorize towing requests. SECTION III - TOWING REVIEW BOARD: There shall be established a Towing Review Board, which shall evaluate any controversy or claim arising out of or related to this Agreement. The Towing Review Board shall consist of a staff person appointed by the Director of the Police Department, the Solid Waste Department and the Department of Off Street Parking, 8 7-1027 (� . a representative selected by and among Towing Agencies having a contract with City, and an independent party to be selected by the City Manager. Operational procedures of the Board shall be developed by 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 twenty-four (24) hours a day, seven (7) days a week. (2) Towing Agency shall provide service within Zone for Class towing service, and to other zones as requested in accord with Section IX of this Agreement. Refer to. Exhibit I for zone locations. (3) Tow Trucks must proceed to the scene immediately after Tow Agency receives the correct address from the Police dispatcher by telephone or radio. Thirty (30) minutes is the maximum allowable response time, however consideration may be given to traffic conditions which could result in delays. Should Towing Agency anticipate delay beyond thirty (30) minutes due to said conditions, Towing Agency shall advise the authorized source of the request of the estimated time. of arrival. Towing Agency shall not be cancelled unless, in the opinion of the officer on the scene, another Towing Agency can respond sooner, taking into account traffic conditions. (4) Repeated and unjustified 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 sanctions contained in Sections XIX and XX of this Agreement. (5) All personnel operating tow trucks shall be qualified and experienced in handling equipment safely on the scene, and in going to and from the scene. Each employee, shall have in his possession a Metropolitan Dade County Identification card, a copy of which shall be on record with the City of Miami Department of Police. All tow truck operators shall have a current valid Florida chauffeur's license. (6) Tow truck operators shall comply with all existing state, county and city regulations and ordinances at all times. (7) Tow trucks shall not use rotating beacons when prodeeding to a call unless authorized by the police dispatcher. (8) Rotating beacons shall be used at the scene, and = when towing vehicles from the scene only if towed vehicle represents a hazardous condition. Sirens on wreckers are prohibited. (9) Towing Agency shall not remove vehicles involved in accidents prior to the arrival of a police unit, and only then with the permission of the • assigned police unit. _4� R i --l02'7 (10) Tow truck operators shall be responsible for removing.glass and/or other debris from the street as a result of a traffic accident to which he is responding for the City. This debris shall be placed in a suitable container and removed by tow truck operator and shall, in no case, be left at the curb -side. Tow truck operators shall be directed in this task by the police unit assigned the call. (11) 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 their place of business in accordance with Florida Statute 713.78. (12) Towing Agency shall not make any repairs to any towed vehicle without the express consent of the owner of the vehicle or his agent. (13) 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 Motor Vehicle reports on all tow truck operators. This file must be kept current and available for inspection by City. SECTION V - CANCELLATION OF TOWING SERVICE: City reserves the right to cadeel a service request to a Towing Agency at any time up to time of hookup without charge. Such cancellation.would be made through the same sources that generate requests, as listed in Section II of this Agreement. Cancellation may also be auti,orized at the scene by a Police officer. In the event hookup has taken place and it is necessary to drop vehicle prior to commencing a tow, a charge not exceeding one- half the regular towing rate, according to the Class of tow, may = be made. In the event an owner could drive his or her automobile away, and the only service needed is to pull the bumper or fender which, if this was done, the automobile could be driveable; a charge not exceeding one-half the regular towing rate, according to the class of tow, may be made, if this service is performed. No City administrative charge may be made for these services. SECTION VI - EMPLOYEES: The personnel of every qualified Towing Agency (including principals, agents and employees) are required to be finger printed and photographed, and shall receive identification cards to be issued by Metropolitan Dade County, and which must be renewed annually. Each Towing Agency shall supply to City a list of its personnel who are required to obtain identification cards as above provided, prior to being eligible to be called on for towing service. Wotification of any change in such personnel shall be furnished to the City 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: All Towing Agency's storage areas must conform to City of Miami Zoning requirements existing now and in the future. All impounded vehicles and towing vehicles and equipment at Towing -3- 97-ioZ7 9 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 vehicle to a City storage facility. While at City facility, Towing Agency may 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 accord with the rates set 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 persons seeking to locate Towing Agency to easily identify same. During normal business hours, owner of stored vehicle or designated representative shall be allowed to view vehicle. Prior to removal of any items not attached to the vehicle, owner must either pay the cost of the tow or show proof of insurance. 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 Agency agrees to replace any such.article(s) or compensate the insured person upon verification of the loss by the designated investigative officer of the Miami Police Department. Upon arrival of vehicle at storage facility, 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 designated investigative officer of the Miami Police Department. SECTION VIII - EXCEPTIONAL TOWING'SERVICE: If required for proper processing of investiEation, at the direction of the Police Department, Towing Agency may be required, while at City facility, to move a vehicle to a designated area for processing prior to impounding. Each such move shall be charged to the Police Department in accord with Section XIV, E. of this agreement. SECTION IX - SPECIAL EVENTS TOWING: The Police Department shall have sole discretion in the utilization of Towing Agencies for spveial events. Towing Agency assigned to the zone within which the Special Event is taking place, shall have the first opportunity to provide the equipment necessary to service the event. Should an additional Towing Agency be required to provide service, other Towing Agencies from nearby zones may be called upon by the Police Department to provide service. When requested by the Traffic Section of the Police. Department,* all Towing Agencies shall be required to provide at least one (1) Class "A" Wrecker for Special Events. When asked to provide Special Events 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: Inspection of facilities and/or equipment shall be made by members of City of Miami Police Department. These inspections -4- 97-IL027 shall be made at any time during the contract period as deemed appropriate by City. Towing Agencies shall have all required equipment as detailed in the bid specifications on all vehicles at all times while engaging in towing service for City. SECTION XI - LICENSES, PERMITS, ETC._: Towing Agency must comply with the City of Miami Code, Chapter 42, Article V. Towing of Motor Vehicles; possess a valid current license from City. pursuant to said article and any other permits or licenses which may be required to do business in City. Towing Agency must also possess all the licenses, permits, etc., necessary from Metropolitan Dade County to operate said Towing Agency. All licenses, permits, etc., must be kept valid throughout the term of this agreement. SECTION XII - COMPLAINTS AGAINST TOWING AGENCIES: In the event a complaint by a member of the public is filed about any Towing Agency, the department receiving the complaint shall notify the Towing Review Board and Towing Agency. If complaint is in written form, a copy shall be furnished to Towing Agency upon request at no cost. A written reply to the complaint must be forwarded by Towing Agency to the Towing Review Board in care of the Accident Investigation. Unit, Police Department, within five working days. The complaint shall be evaluated by the Towing Review Board to determine if the complaint should be the basis of suspension or termination. Files shall be kept by the Towing Review Board about Towing Agency complaints. SECTION XIII - COMPL_AINTS BY TOWING AGENCIES: Any complaints by Towing Agencies concerning City employees shall be forwarded to the Towing Review Board in care of the Accident Investigation Unit, Police Department. Each such complaint shall be forwarded through proper channels for investigation and. a written reply shall be made to Towing Agency within fifteen working days of receipt by the Board. SECTION XIV - MAXIMUM RATES: Towing, rates set forth in this agreement shall be posted in easily readable form at the customer point of payment. The following rates are the maximum allowable for towing services for City. The applicable rates shall depend upon the _ requirements of the towed vehicle, rather than the actual wrecker class utilized. A. TOWING RATES PER WRECKER CLASS Base Rates shall include hookup; unlocking door if necessary, and towing. Mileage Rate shall be allowed for each mile or fraction or fraction of a mile to all destinations, with the exception of a City storage facility as noted below. - (1) Classes "A", "D" and 110": (a) Base Rate........................................$55.00 ( i) Towing Agency ....................$45.00 (ii) City Administrative Charge ....... $10.00 (b) Mileage Rate ..........................$ 2.00 -5- 13 7--ILOZ7 /o (3) Class "B": (a) Base Rate........................................$65.00 ( i) Towing Agency ....................$55.00 (ii) City Administrative Charge ....... $10.00 (b) Mileage Rate ..........................$ 2.50 (4) Class "C" and "U": (a) Base Rate........................................$90.00 ( i) Towing Agency ....................$80.00 (ii) City Administrative Charge ... ....$10.00 (b) Mileage Rate ..........................$ 3.00 NOTE: MILEAGE FEES SHALL NOT BE CHARGED FOR TOWING A VEHICLE TO A CITY STORAGE FACILITY FROM WITHIN CITY LIMITS. MILEAGE FOR TOWING OUTSIDE CITY LIMITS TO CITY STORAGE FACILITY SHALL BE BASED ON THE ONE-WAY DISTANCE BETWEEN THE PICKUP 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) are to be performed only if required and appropriate. Any such additional charges must be authorized, in writing on the vehicle tow slip, by a City enforcement officer. (1) TOWING AGENCY ADMINISTRATIVE SERVICES RATE .......... $ 10.00 Administrative charges may be charged by Towing Agency to the owner/driver of a vehicle towed or stored by Towing Agency, for -the execution, filing or mailing of any forms or documents required by Florida Statutes or local ordinances, only after a vehicle has been at the Towing Agency storage facility at least 72 hours and the paperwork requirements herein referenced have been initiated. (2) HOURLY LABOR RATE: Such as Dropping and re -hooking transmission linkage, use of dollies, road service calls (including battery jump and tire change), winching (which service shall not include removing a vehicle from a parking space and simp=e winching and retrieving to facilitate its removal). Charge for these services shall be based on 15 minute intervals after the first 30 minutes on the scene for actual labor or waiting, and according to the wrecker class required. No feca shall be charged for waiting time for releasing a vehicle at City storage facility. (a) First 30 minutes on the scene.................No Charge (b) Class "A","D"A"O" - Each 15 Minute Interval ...... $11.25 - Hourly Rate..................$45.00 (a) Class "B" - Each 15 minute Interval ...... $13.75 - Hourly Rate ............ *...... $55.00 (d) Class "C" and "U" - Each 15 Minute Interval ...... $20.00 - Hourly Rate..................$80*OO (3) TRAILER: Charges for use of a boat trailer or other trailer when authorized by City enforcement officer, shall be in accord with the following schedule: (a) Small size boat (18 feet and under) ..............$ 50.00 (b) Medium size boat (18 to 30 feet) .................$ 75.00 (a) Large size boat (30 feet and over)...............$150.00 -6- F37-ioz7 // W C. RECOVERY SERVICES The above listed hourly labor rates, based on 15 'minute intervals, are the maximum allowable (per hour and according' to wrecker class and service required) for Recovery from salt or fresh water. An additional Tow Truck of any Class, when required shall also be charged at the regular towing rates set by this agreement. If required, a Certified Salvage Diver shall be provided by City. D. SPECIAL EVENTS/STANDB.7 TOWING The below listed rates are the maximum allowable (per hour and according to wrecker class) for standby wreckers during Special Events. When asked to provide Special Events towing, Towing Agency shall be entitled to payment for the number of hours of standby time which exceeds the number of vehicles towed. Standby hours shall be paid at the applicable towing rate and must be authorized by the Police Officer in charge at the scene. NOTE: TOWING AGENCY SHALL NOT CHARGE (NOR SHALL BE COMPENSATED) FOR BOTH STANDBY AND REGULAR WORKING TOWING RATES, IF DIRECTED TO REMOVE A VEHICLE DURING A SPECIAL EVENT. ONLY ONE OR THE OTHER RATE SHALL APPLY AND BE AUTHORIZED, UNTIL THE COMPLETION OF THE EVENT. (1) Class "A",11D"&"0" Hourly Standby Rate..............$45.00 (2) Class "B" Hourly Standby Rate..............$55.00 (3) Class "C"and "U" Hourly Standby Rate..............$80.00 E. SPECIAL PROCESSING TOWING Towing a vehicle for special processing before placing into City Storage Facility (see Sections VII & IX of this agreement.)..............................................$10.00 F. STORAGE RATES Daily Rates for vehicle storage are based on a 24 hour day, each. day starting at 12:01 a.m. The initial twelve (12) hours of storage shall be without charge. Thereafter, the daily rate shall apply, according to type of vehicle stored, with each fraction of a day counting as one full day. With respect to stolen motor vehicles, the below daily charges shall not commence until either: (a) twenty-four hours after the owner of said vehicle has been personally notified that the vehicle is impounded and the location of its impoundment; or' (b) seven (7) days after notice of such impoundment and location has been sent via regular mail and• via certified mail, return receipt requested, to the address of the owner as reflected on the registration or title records of the state agency having custody of such records, whichever occurs earlier. The following are the maximum allowable rates: (1) ANY VEHICLE - First six (6) hours..................No Charge (2) Motorcycles - Daily Rate ..............................$ 8.00 (3) Passenger Vehicles - Daily Rate .......................$12.00 (up to and including 3/4 ton truck) (4) Larger Vehicles - Daily Rate..........................$15.00 (Including trucks over 3/4 ton, boats (ouc: charge, with or without trailer), trailers, etc.] -7- 10 A #0"1 (5) Inside storage - An additional $3.00 per day may be charged for inside storage upon the written direction of the City enforcement officer on the tow slip, or with the signed consent of the owner. SECTION XV - 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 the actual cost of special equipment rental plus the hourly labor rate established herein. Use of special equipment shall be restricted to unusual circumstances and must be approved in writing on the tow slip by the officer on the scene. The rate structures applied and charged by Towing Agency shall depend upon the 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. SECTION XVI - BILLING: Towing Agency agrees to itemize fully all bills on standard forms acceptable to City (sample attached as Exhibit II), to number all bills to correspond with the Miami Police Department Vehicle Storage Receipt number and to keep copies of all bills and invoices on file for a minimum of one year. Such copies shall be provided to the City upon request. Itemization of bills shall detail specific types 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 XVII - COLLECTION AND PAYMENT: - Payments to Towing Agencies operating under this Agreement shall be made by vehicle owner or designee, upon receipt of itemized bills for services rendered. When presented with proper identification Towing Agency shall accept cash, a U.S. Postal Money Order or a cashier's check issued by a Dade or Broward County Bank in payment of any charges. Payment shall be made directly by City to a Towing Agency operating under this Agreement only in the case of a standby charge for special = events, special processing, or when specifically approved by the Chief of Police, Director of General Services Administration Department or the Fire, Rescue and Inspection Services Chief. Payments by Towing Agency to City'of City Administrative Charges shall be maae on a monthly basis directly to the Department which authorized the tow service. The format for submitting such payments shall be determined by the City, but shall include correlation of payments to customer billing. It is hereby understood by and between City and Towing Agency that payments due to City from Towing Agency shall be payable to City no later than the 20th day of the month for vehicles towed and paid for through the end of the previous month. Upon receipt of a notice of termination, Towing Agency shall pay monies due to City no later than 30 days after the date of termination. . City may waive City Administrative cost if Tow Agency must sell vehicle not claimed by owner. Requests for such waiver must be in writing to the authorizing department and cross referenced to the tow slip. -8- 8 7-1027 / SECTION XVIII - ETHICS AND CONDUCT: Towing Agency agrees to conduct business in.an orderly, ethical, and businesslike manner, and to use every means to obtain and keep the confidence of the motoring public. (1) Personnel shall conduct themselves in a courteous and sober manner so as not to bring any undue criticism to City. (2) The owner of a Towing Agency shall be responsible for ensuring that all of his operational personnel shall be of previous and continuous good moral character. (3) Towing Agency operators shall neither solicit nor induce drivers or owners to patronize particular garages or mechanics. The rebate or payment of money or any other valuable consideration to Towing Agency personnel from a garage or mechanic is prohibited. (4) Giving gratuities to any employee of the City of Miami is prohibited and any violation hereof by a Towing Agency shall, at the discretion of the City hianager, constitute grounds for the summary and immediate revocation of this agreement. SECTION XIX - SUSPENSION PROCEDURES: (1) Any Towing Agency may be suspended for any violation of the provisions of this agreement which, in the sole discretion of the Towing Review Board, may be cause for such suspension, as follows: A. First Violation.............up to 7 days B. Second Violation ............ up to 14 days (2) Should a third violation occur, upon recommendation of the Towing Review Board; the City Manager may terminate the contract of Towing Agency, also see Section XX. (3) By accepting a zone, a 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 XX - TERMINATION FOR CAUSE: The City Manager shall have the right for good cause shown based upon the conditions and terms enumerated in this Agreement, the occurrence of the below listed events, or for what he may deem to be the best interests of City, to cancel or terminate any _ approval of a Towing Agency previously granted. Occurrence of such cause shall be reviewed by the Towing Review Board, which _ shall then make a recommendation to the City Manager. In the event of such cancellation, prompt notice shall be furnished to Towing Agency by City. (1) Adjudication as bankrupt. (2) The filing of insolvency, reorganization or bankruptcy petition (voluntary or involuntary). (3) Abandonment of Towing Agency premises or discontinuance of operations. (4) The making of a general assignment for the benefit of creditors. (5) Making any charge ,at rates established by this Agreement. -9- greater than those 87-1027 / q (6) Any failure of Towing Agency to receive, inspect, verify, and approve the "Proper Papers" necessary for the release of a vehicle prior to that vehicle's release. "Proper Papers" are defined as proper identification of the individual (drivers license preferred) and registration or title for the vehicle. If the individual is not the owner, a notarized letter from the owner authorizing vehicle release must be submitted. (7) In the event Towing Agency has possession of a vehicle identified by the Police Department as stolen or as essential to a Police investigation, said vehicle shall not be released to owner or designee until Police Department provides written authorization to release it. Unauthorized release shall constitute cause for termination. SECTION XXI - COMPLIANCE WITH FEDERAL, STATE AND _LOCAL LAWS: Both parties shall comply with all applicable laws, ordinances and codes of Federal, State and Local Governments. SECTION XXII - GENERAL CONDITIONS (1) All Notices or other communications which shall or may be given pursuant to this*Agreement shall be in writing and shall be delivered by personal service, or by registered mail addressed to the other party at the address indicated herein or as the same may be changed from time to time. Such notice shall be deemed given on the day which personally served; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. CITY OF MIAMI TOWING AGENCY Address Address (2) Title and paragraph headings are for convenient reference and are not a part of this Agreement. (3) In the event 'of conflict between the terms of this Agreement and any terms or conditions contained in any attached documents, the terms in this Agreement shall rule. (4) No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. (5) Should any provisions, paragraphs, sentences, words or phrases 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, paragraphs, sentences, words or phrases shall be deemed modified to the extent necessary in order to conform with such laws, or if hot modifiable to conform with such laws, then 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. -10- 137-710271,5 ! ` flo"\ SECTION XXIII - OWNERSHIP OF DOCUMENTS: All documents developed by To Agency under this Agreement shall be delivered to City by said Towing Agency upon completion of the service required pursuant to this Agreement and shall become property of City, without restriction or limitation on its use. Towing Agency agrees that all documents maintained and generated pursuant to this contractual relationship between City and Towing Agency shall be subject to all provisions of the Public Records Law, Chapter 1190 Florida Statutes. It is further understood by and between the parties that any information, writings, maps, contract documents, reports or any other matter whatsoever which is given by City to Towing Agency pursuant to this Agreement shall at all times remain the property of City and shall not be used by Towing Agency for any other purposes whatsoever without the written consent of City. SECTION XXIV - NONDELEGABILITY: That the obligations undertaken by Towing Agency pursuant to this Agreement shall not be delegated or assigned to any other person or firm unless City shall first consent in writing to the performance or assignment of such service or any part thereof by another person or firm. SECTION XXV - AUDIT RIGHTS: Upon written request on the part of City, which is to be in the hand of the Towing Agency ten (10) days in advance, City reserves the right to audit the records of Towing Agency which pertain to this Agreement at any time during the performance of this Agreement and for a period of one year after final payment is made under this Agreement. SECTION XXVI - AWARD OF AGREEMENT: Towing Agency warrants that it has n person employed by City to solicit o; that it has not offered to pay, paid, employed by City any fee, commission, or any gift of any kind contingent award of this Agreement. )t employed or retained any secure this Agreement and or agreed to pay any person percentage, brokerage fee, upon or resulting from the SECTION XXVII - CONSTRUCTION OF AGREEMENT: This Agreement shall be construed and enforced according to the laws, statutes and case laws of the State of Florida. SECTION XXVIII - SUCCESSORS ANL ASSIGNS: This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors, and assigns. SECTION XXIX - INDEMNIFICATION% Towing Agency shall indemnify, defend and save City harmless from and against any and all claims, liabilities, losses and causes of action which may arise out of Towing Agency's activities under this agreement, including all other acts or omissions to act on the part of Towing Agency, including any person acting for or on its behalf, and from and against any orders, judgments or decrees which may be entered and from and against all costs, attorneys' fees, expenses and liabilities incurred in the defense of any, such claims, or the investigation thereof. -11- 4;--10W SECTION XXX - CONFLICT OF INTEREST: (1) Towing Agency covenants that no person under its employ who presently exercises any functions or responsibilities in connection with this Agreement has any personal financial interests, direct or indirect, with City. Towing Agency further covenants that, in the performance of this Agreement, no person having such conflicting interest shall be employed. Any such interests on the part of Towing Agency or its employees, must be disclosed in writing to City. (2) Towing Agency is aware of the conflict of interest laws of the City of Miami (Miami City Code Chapter 21 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 laws. SECTION XXXI - INDEPENDENT CONTRACTOR: Towing Agency and its employees and agents shall be deemed to be independent contractors, and not agents or employees of City, and shall not attain any rights or benefits under the Civil Service or Pension Ordinances of City., or any rights generally afforded classified or unclassified employees; further he/she shall not be deemed entitled to the Florida Worker's .Compensation benefits as an employee of City. SECTION XXXII - TERMINATION OF CONTRACT WITHOUT CAUSE: City retains the right to terminate this Agreement at any time prior to the completion of the services required by this Agreement without penalty to City, if such termination is necessitated by a change in the laws governing the agreement. In that event, notice of termination of this Agreement shall be in writing to Towing Agency, which shall be paid for any services performed for which City is responsible for payment under the terms of this Agreement, which were performed prior to the date of its receipt of the notice of termination. : In no case, however, shall City pay Towing Agency for services performed under this Agreement for which responsibility for payment was not City's. It is hereby understood by and between City and Towing Agency that any payment made in accordance with this Section, to Towing Agency shall be made only if said Towing Agency is not in default under the terms of this Agreement. If Towing Agency is in default, then City may in no way be obligated and may not pay to Towing Agency any sum whatsoever. SECTION XXXIII - NONDISCRIMINATION: towing Agency agrees that it shall not discriminate as to race, sex, color, age, creed, national origin, or handicap in connection with its performance under this Agreement. Furthermore that no otherwise qualified individual shall, solely by reason of his/her race, sex, color, age, creed, national origin, 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 connection with the conduct of its business, including rendition of services and employment of personnel, Towing Agency shall not discriminate. against any person on the basis of race, color, creed, handicap, age, sex or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. -12- -JLQ27 17 SECTION XXXIV - MINORITY/WOMEN PROCUREMENT COMPLIANCE: Towing Agency. acknowledges that it has been furnished a dopy of Ordinance No. 10062, entitled the Minority and Women Business procedural provisions therein, including any amendments thereto. SECTION XXXV - DEFAULT PROVISION: In the event that Towing Agency shall fail to comply with each and .every term and condition of this Agreement or fails to perform any of the terms and conditions contained herein, then City, at its sole option, upon written notice to Towing Agency may cancel and terminate this Agreement, and all payments, advances, or other compensation paid to Towing Agency by City while Towing Agency was in default of the provisions herein contained, shall be forthwith returned to City. SECTION XXXII - ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only Agreement of the parties hereto and correctly sets forth the rights, duties and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. SECTION XXXVII - INSURANCE: Agency shall maintain in force for the length of this agreement, liability insurance providing coverage for any claims arising out of the ownership, maintenance, or use of any premises, the ownership or use of any motor vehicle, and any operations of the Towing Agency at any site, with at least combined single limit of $500,000 per occurrence for bodily injury and property damage liabilities. Agency shall also provide Contractual Liability coverage sufficient to cover the liability assumed by this agreement and legal liability coverage sufficient to pay all sums the Towing Agency legally must pay as damages for a loss to a vehicle left in the Towing Agency's care while the agency is attending, servicing, repairing, parking, or storing such vehicle in the same amount of $500,000 combined single limit. City shall be named as- additional insured on the above mentioned policies and coverage.. Towing Agency shall obtain and maintain in force during the life of this agreement, Worker's Compensation insurance as required by Chapter 440, Florida Statutes. All insurance policies required must be written by a company or companies rated at least "A" as to management and at least Class "V" as to financial strength in the latest edition of the Best's Insurance Guide, published by Alfred M. Best Company, Inc., Oldwick, W.J.. Insurance coverage shall be subject to the approval of the General Services Administration Department. Towing Agency shall furnish a copy of insurance policies indicating compliance with these requirements prior to the execution of this contract and upon each renewal of the coverage that may occur during the term of thia contract. The policy or policies of insurance required shall be written in a manner such that they may not be canceled or materially changed without 30 days advance written notice to the City of Miami, General Services Administration Department. -13- SECTION XXXVIII - AMENDMENTS: City may, at its discretion, amend the Agreement to conform with changes in applicable City, County, State and Federal laws, directives, guidelines and objectives. Rates can be renegotiated if the aforementioned changes result in any increases in costs to the Towing Agency. No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. Such amendments shall be incorporated as a part of this Agreement upon review, approval and execution by the parties hereto. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by the respective officials thereunto duly authorized, this the day and year first above written. CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: By MATTY HIRAI CESAR H. ODIO City Clerk City Manager ATTEST: CONTRACTOR: By Corporation Secretary Title (Seal) WITNESSES: As to CONTRACTOR (NOTE: If CONTRACTOR is not a Corporation, two witnesses must sign.) APPROVED AS TO INSURANCE REQUIREMENTS: General Services Administration Department -14- APPROVED AS TO FORM AND CORRECTNESS: LUCIA A. DOUGHERTY City Attorney 031-ioz7 19 • CIT'�OF �•lIiMI, r^L�Rt;�;; RFP NO. 86-87-0"6: SPECIFICATIOUS; 20,1E LOCATIONS POLICE LO TUCK CFRVICPc THE INSTRUCTIONS TO BIDDERS,.PROPOSAL, QUALIFICATION FORMS AND THE GENERAL SPECIFICATIONS ARE A PART OF THIS CONTRACT AND ARE FURTHER SUPPLEMENTED BY THE SPECIAL PROVISIONS CONTAINED HEREIN. IF THERE ARE ANY INCONSIS- TENCIES BETWEEN THE SPECIAL PROVISIONS AND THE ABOVE MENTIONED ITEMS, K i THE SPECIAL PROVISIONS SHALL GOVERN, ' • 2• LntATTON QF WORK; ZONES ...... THE ZONES COVERED IN THIS CONTRACT ARE AS DEFINED BELOW AND PER THE ATTACHED MAP OF SAME: ZQ�I�,I NORTH: C I TY LIMITS EAST: TO BISCAYNE BAY, INCLUDING WEST -END OF BRIDGE ON %a STREET CAUSEWAY, PRIOR TO NORTH BAY VILLAGE, CITY za LIMITS. ,SOUTH: NORTHSIDE OF N.E. 46 STREET AND N-W. 46 ST, BUT NOT INCLUDING 46 STREET WEST: CITY LIMITS --ZONE II NORTH: TO INCLUDE N.E. 46 STREET AND - N.W. 46 STREET - EAST: To BISCAYNE BAY SOUTH: To NORTFSIDE OF N.E. 20 STREET AND N.W. 20 STREET, BUT NOT INCLUDING 20 Si, WEST: CITY•LIMITS, INCLUDING N.W. 36 STREET STRIP TO RAILROAD TRACKS$ �o�.1rl NORTH. To N.E. 20 STREET AND N.W. 20 STREET INCLUDING 20 STREET — EAST: TO BISCAYNE BAY, INCLUDING BISCAYNE ISLE AND SAN MARCO ISLE. - SOUTH: MIAMI.RIVER WEST: MIAMI RIVER TO THE POINT WHERE 27 ►EVE. - AND N.W't' 20 STREET MEET. ZME-1Y. NORTH: To NX 20 STREET, WEST OF 27 AVEiiu: EAST: SOUTH -SIDE OF Mimi RIVER TO N.W. li AVENUE,*BUT NOT INCLUDING 17 AVENUE. SOUTH: FLAGLER STREET WEST OF 17 AVENUE TO 37 AVENUE, S.W. 8 STREET WEST OF S.W. 39 AVENUE WEST: CITY LIMITS, INCLUDING TAMIAMI CANAL ROAD. NORTH: MIAMI RIVER EAST: TO BISCAYNE BAY, INCLUDING RICKENBACKER CAUSEWAY TO MIDDLE OF SECOND BRIDGE, AND VIRG INIA KEY. SOUTH: TO BISCAYNE BAY, INCLUDING CLAUGHTON ISLE. WEST: To N.W. AND S X 17 AVENUE INCLUDING 17 AVENUE. NORTH: RAGLER STREET EAST OF 37 AVENUE, EAST: TO S.W. 17 AVENUE BUT NOT INCLUDING 17 AVENUE. . SOUTH: TO BISCAYNE BAY, INCLUDING FAIR ISLE TO NORTH PROSPECT DRIVE$ WEST: CITY LIMITS., 8 7-102'7 � j � TOWING SERVICE ZONES 93 S' S 7_ CITY OF MiAmi, FLORIDA 4 80 St 71 dC 46 St. 6 . 3 t 38 - St. S 2 20 St- N 20 St. A, Rd. Late Flagler St. S.W. 8 St. 4M -cc CY N Prospect Dr. 47-10W