Loading...
HomeMy WebLinkAboutR-87-0242J-87-239 lob 3/5/87 RiESOLUTION NO. 8 7-242 A RESOLUTION AUTHORIZING THE ISSUANCE OF A REQUEST FOR PROPOSAL IN SUBSTANTIALLY THE ATTACHED FORM, TO FURNISH REMOVAL OF ABANDONED VEHICLES SERVICES TO THE DEPARTMENT OF SOLID WASTE. WHEREAS, the Department of Solid Waste requires towing services to remove abandoned vehicles from the City of Miami; and WHEREAS, it has been found that utilization of private salvage, wrecker and/or towing companies within Dade County can effectively provide the services needed; and WHEREAS, there are a number of private companies which might provide these services on a contractual as needed basis; NOW THEREFORE BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The City Manager is hereby authorized to issue a Request for Proposals;/in substantially the attached form, to receive bids to furnish towing and/or wrecker services on an as needed basis to the City of Miami Department of Solid Waste. PASSED AND ADOPTED this ATTE T: MATTY IRA1', CITY CLERK 13th day of March , 1987. PREPARED AND APPROVED BY: Lz"z , �? - I A— ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVEV AS.TO FORM AND CORRECTNESS: uv�.in Me eJvuw, CITY ATTORNEY XAVIER L. SUARE , MAYOR ATTACHMENTS CONTAINED CITY COMMISSION MEETING OF MAR 131987 lu , 8 y ` -242 1/ The contents of the Request for Proposals authorized herein to be issued shall be modified to incorporate the changes expressly directed by the City Commission in its meeting this date. I CITY OF MIAMI, FLORIDA RFP NO. SPECIAL CONDITIONS AND SPECIFICATIONS 1. SCOPE AND PURPOSE It is the intention of the City of Miami to receive applications to furnish removal of abandoned vehicles services inclusive of labor, materials and equipment on an as needed basis to the City of Miami, Department of Solid Waste. 2. CONTRACT TERM The contract shall commence thirty (30) days after execution and shall be effective for one (1) year from the date of commencement, with an option by the City to renew for one (1) additional year subject to contract conditions. 3. SAMPLE AGREEMENT Attached hereto is a sample agreement (Attachment A) which contains further specifications for the provision of towing services for the removal of abandoned vehicles. It shall further serve as the basis for any resulting contract/s, although the City reserves the right to revise the sample agreement as necessary, prior to execution of the final agreement. 4. DEFINITIONS Agency means a company engaged in the business of towing vehicles from one location to another within the City of Miami or removal of abandoned vehicles. S. QUALIFICATIONS OF APPLICANTS All Agencies that submit bids shall either meet the following minimum qualifications, or provide for each deficiency, an affidavit stating that deficiencies shall be made up within 30 days of bid award. If the minimum qualifications are not met, or affidavits not submitted, the application will be rejected with written explanation. NOTE: FAILURE TO FULFILL THE COMMITMENT TO MEET ALL REQUIREMENTS WITHIN 30 DAYS OF AWARD WILL INVALIDATE SAID AWARD, AND ANOTHER QUALIFIED APPLICANT WILL BE SELECTED 1. Proposals will be considered only from firms that are regularly engaged in the business of providing the goods and/or services as described in this Proposal; that have a record of performance for a reasonable period of time; and that have sufficient financial support, equipment and organization to insure that they can satisfactorily execute the services if awarded a Contract under the terms and conditions herein stated. The term "equipment and organization" as used herein shall be construed to mean a fully equipped and well established industry as determined by the proper authorities of the City of Miami, Florida. 2. Applicant shall be fully licensed to perform the work described herein. 3. Agency premises must be properly identified by signs on the exterior of the structure, i.e. visible from the adjacent access road. 4. A reasonable state of cleanliness of equipment and facilities must be maintained. Working areas, -1- 87-9-42 ( 7 -3 I* 1P a interior, and exterior of structures shall be kept free of debris and/or articles inappropriate to or inconsistent with the operation of the services required. 5. Storage - At least one hundred (100) storage spaces shall be immediately available. Rates for storage ,are to be not more than those storage rates set forth in the sample agreement. 6. EQUIPMENT REQUIREMENTS "Tow Truck" and "Wrecker" are synonymous and hereinafter used interchangeably. 1. Tow Truck or Wrecker means any 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 the tow and control of another vehicle. 2. Wreckers Defined A. Class "A" Wrecker Defined: (1) Truck chassis with a manufacturer's rated capacity of not less than 10,000 pounds, GVW (2) Commercially manufactured crane and winch having a manufacturer's rating of at least four (4) tons, which must be mounted on the chassis. (3) Power winch with a pulling capacity of not less than four (4) tons, hand crank winches will not be approved (4) Minimum of one hundred feet (1001) of 3/8 inch cable or larger (5) Cradle, tow plate or tow sling with safety chains (6) Dual rear wheels (7) One motorcycle sling (8) Towing dolly B. Class "B" Wrecker Defined: (1) Truck chassis with a manufacturer's rated capacity of at least 15,000 pounds, GVW (2) A twin winch, commercially manufactured crane and a winch having a manufacturer's rating of at least 8* ton capacity mounted on the chassis (3) A minimum of 100 feet of at least 1/2 inch or greater hemp centered cable on each drum (4) Tow sling with safety chains and dual rear wheels -2- 8'7-242 3. (5) One set of scotch blocks for wheels or hydraulic rear extendable scotch blocks C. Class "C" Wrecker Defined: (1) A truck chassis with a manufacturer's rated capacity of at least 30,000 pounds GVW, and 50,000 pounds GVW for tandem axle trucks (2) A complete twin winch, commercially manufactured crane and a winch having a manufacturer's rating of at least 25+ ton capacity, which must be mounted on the chassis (3) At least 200 feet of 5/8 inch hemp centered cable on each drum (4) Air brakes so constructed as to lock the rear wheels automatically upon failure, and to supply air to disabled vehicles (5) External air hookup and hoses (6) Dual rear wheels or tandem axle (7) One set of scotch blocks for wheels or hydraulic rear extendable scotch blocks (8) Tow bar, cradle, tow plate or tow sling with safety chains. D. Class "D" Car Carrier (Roll Back or Slide Back) Wrecker Defined: (1) Minimum one ton truck with a sixteen foot bed (2) One hydraulically powered winch with pulling capacity of not less than 4 tons (3) Fifty (50) feet of 3/8 inch hemp centered cable (4) Dual wheels (5) A minimum of two safety tie down chains twenty feet in length (6) Two spot flood lights (7) A brake lock device Additional MANDATORY Equipment On All Wreckers and Car Carrier: A. 50 pounds white fine or medium oil absorbent clay or sand or equivalent. e. Heavy-duty push broom with a minimum width of 24 inches. C. One set of scotch blocks. D. At least two (2) safety cones, or triangle reflectors. E. One square shovel. -3- 87--242 t 7 -3 F. Extra towing chain - 6 to 8 feet with hooks. G. One (1) Axe. H. One (1) crowbar or prybar - 30" or longer. I. Minimum of one fire extinguisher, minimum 5 pound CO2 or dry chemical, underwriter approved and with current inspection tag attached. J. One extension cord of sufficient length for use in displaying a light to the rear of a towed vehicle when such vehicle is without the capability of providing its own lights. K. Five 30 minute fuses and all clearance lamps, head lamps, tail lamps, stop lamps, flags, and flares necessary to comply with the Florida State Statutes. L. One set of red reflectors. M. One (1) set of tools for opening locked vehicles. N. A 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 shall include at least one four-way lug wrench, one flashlight, one set of jumper cables and one pair of bolt cutters with a minimum 1/2 inch opening. 0. 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. P. Flood lights on the hoist. Q. One snatch block for each winch, manufacturer's rating to match winch except on car carrier. R. Agency business cards. S. 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. The above requirements are to be the minimum requirements which must be on each piece of equipment, as specified. Any applicant whose equipment fails to meet the above listed requirements will not be considered, except as provided by Item 5 of this document. 7. APPEARANCE AND CONDITION OF TOWING EQUIPMENT 1. Tow Equipment is to be neat, clean, and give an overall acceptable appearance. 2. Each Tow Truck shall have standard fenders, hood, doors and bumper, and be mechanically and structurally sound. 3. Tow Equipment is to be free of body damage which would interfere with tasks to be performed or distract substantially from overall appearance. -4- 8'7-242 / 7 4 4. Tow Equipment shall be lettered commercially with Agency's name, business addresses and telephone number on both doors, in letters at least 3 inches high as required by City of Miami Code Article V, Section 42- 78, (B)(1) and Dade County Code Section BA-276, (b). Stick -on or magnetic signs are prohibited, as are any references to police emergency or wording denoting a similar connotation. 5. Regardless of age, Tow Truck and service vehicles can be used, as long as vehicle meets the requirements of the City of Miami in appearance and mechanical condition, as set forth in this section. e. INSPECTION OF FACILITIES AND/OR EQUIPMENT An inspection of the applicant's facilities and/or equipment will be made by the City of Miami Police Department prior to the Review Committee's recommendation. Affidavits which make commitment to provide equipment and/or facilities within thirty (30) days of award will also be reviewed at this time, also see Item 5. Inspection of facilities and/or equipment may be made by members of the City of Miami Police Department at any time during the contract period as deemed appropriate by City. 9. BID OPTIONS Bids may be submitted to provide removal of derelict, abandoned vehicles, City-wide. In order to submit a bid for removal of abandoned vehicles, Agency must own, lease or have access to two (2) acceptable Class "A" tow trucks, one (1) Class "B" and one (1) Class "C" tow truck, and own, lease or possess one Class "D" car carrier. For removal of abandoned vehicles, City is seeking the highest responsive acceptable bid which Agency will pay to City for removal of abandoned vehicles. 10. CAPITAL EXPENDITURES Agency understands that any capital expenditures that the firm makes, or prepares to make, in order to perform the services required by the City of Miami, is a business risk which Agency must assume. City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any Agency. If Agency has been unable to recoup its capital expenditures during the time it is rendering such services, it shall not have any claim upon the City of Miami. 11. METHOD OF SELECTION Agency which submits the highest bid to City for payment for abandoned vehicles which are removed and which meets the minimum specifications herein stated shall be awarded the contract for removal of abandoned vehicles. 12. LAWS, PERMITS AND LICENSES Contractor shall obtain and pay for all licenses, permits and fees as may be required for this contract. Contractor must comply with all state, county and city ordinances in regard to the provision of these services. -5- A i 13. INSURANCE Within ten (10) days after notification, the successful bidder shall furnish Evidence of Insurance to the Claims Division of the Law Department. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on Attachment B, "Insurance Requirements," and as stated in the sample agreement. 14. DEFAULT City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Bidder to accept the award, to furnish required documents, and/or to fulfill any portion of the contract within the time stipulated. Following a review and recommendation by the Towing Review Board to the City Manager, City may by written notice to Agency, terminate the contract if Agency has been found to have failed to perform his services in a manner satisfactory to the City. In the event Agency is found to be in default, any and all reprocurement costs may be charged against Agency, and may also result in the supplier being debarred or suspended from future City Proposals. 15. MINORITY/WOMEN PROCUREMENT PROGRAM Ordinance No. 10062 entitled the Minority and Women Business Affairs and Procurement Ordinance o the City o 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, 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 bids. In evaluating applicants for determination of awards, minority/women participation shall be a factor. Failure to adequately involve minority/women firms may be a basis for rejecting any and all bids. Included as Attachment C, is a copy of Ordinance No. 10062. Additionally, a special Information Sheet has been provided to assist applicants in presenting information concerning minority/women participation. Minority/women business firms are required to register with the City prior to submitting proposals. Procurement Management Division will provide the necessary forms and instructions upon request. ALL VENDORS ARE URGED TO SUBMIT PROPOSALS FOR ANY GOODS OR SERVICES THAT THEY ARE ABLE TO SUPPLY, REGARDLESS OF MINORITY/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 individual(s) and/or business enterprise(s) from 8 7-242 17 -e A consideration and participation in future basis of having submitted deliberate misleading information as to his, her or Hispanic and/or women -owned business City contracts, on the and willful, false or its status as a Black, enterprise and/or the quantity and/or type of minority and women -owned business participation in the actual provision of the service. Each successful bidder 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 bidder or offeror, during the course of time involved in the performance of the contract sought by such bidder 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 principals persons who are Black, Hispanic or Women, or is a joint venture comprised of a non -minority and minority business and/or women - owned enterprise must be submitted. Each bidder must also submit along with the bid or proposal, an Affirmative Action Plan (AAP). Any significant equity participants, joint venture participants, subcontractors, supr..,iiers or other parties to the bid or proposal shall also be required to submit such plans. It is required that there be continued bidder or offeror eligibility including minority and female involvement during the term of the agreement. This bid includes a 51% goal (17% Hispanic, 17% Black and 17% Women) for the participation of minorities/women-owned businesses as a percentage of the total bid award. 16. RESOLUTION OF PROTESTS Applicants attention is directed to Attachment D, Section 18.56.1 of the City Code. In the event of protests, compliance to the procedures described therein is mandatory. 17. INQUIRIES Questions regarding these specifications should be directed to the Chief Procurement Officer at 579-6380. NO CHANGES IN THIS INVITATION TO PROPOSAL SHALL BE VALID UNLESS IN AUTHORIZED WRITTEN ADDENDUM FORM AND SENT TO ALL POTENTIAL APPLICANTS. 18. EVALUATION RESULTS Bids will be available for inspection at the Procurement Management Office, 1390 N.W. 20th Street - Second Floor, two (2) days after the Proposal Opening. EVALUATION RESULTS WILL NOT BE FURNISHED BY TELEPHONE. 19. RESERVATIONS At such times as may serve its best reserves the right to advertise for, Proposals for these herein items, competitively proposal (governmental) of these items as may be available or interest, the City of Miami receive and award additional and to make use of other contracts for the purchase to reject any and all bids. -7- 8'7r242 t �^v 20. DEBARMENT AND SUSPENSION Attention of applicants is directed to Attachment E, Section 18.56.4 of the City Code and to certification which must be executed and returned with the Proposal Sheets. -8- 8'7-242 �p ATTACHMENT A SAMPLE 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 "AGENCY". WHEREAS, the Department of Solid Waste requires towing service to remove abandoned vehicles from rights -of -way in the City of Miami; and WHEREAS, it has been found that utilization of private agencies within the City of Miami effectively provides the needed services; and WHEREAS, there are a number of private 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 renewable at City s sole option subject to the terms and conditions stipulated herein, for an additional one (1) year period. SECTION II - REQUESTS FOR TOW SERVICE: Requests for tow service shall originate from Solid Waste Department. The Chief Code Enforcement Officer of the Enforcement Division of the Solid Waste Department shall furnish Agency with a list of vehicles to be removed. 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. Operational procedures of the Board shall be developed by City. SECTION IV - PERFORMANCE STANDARDS: Agency must adhere to the following opecific performance procedures and standards: (1) All personnel operating tow trucks or car carriers 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 equipment operators shall have a current valid Florida chauffeur's license. (2) Tow equipment operators shall comply with all existing state, county and city regulations and ordinances at all times. (3) Rotating beacons shall be used when removing vehicles only if towed vehicle represents a hazardous condition. Sirens on wreckers are prohibited. 877-242 1 7 -11 (4) Tow equipment operators shall be responsible for removing glans and/or other debris from the street as a result of vehicle removal for which he is responding for the City. This debris shall be placed in a suitable container and removed by tow equipment operator and shall, in no case, be left at the curb -side. (5) 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 and 715.07. (6) Agency shall not make any repairs to any towed vehicle without the express consent of the owner of the vehicle or his agent. (7) Agency s file shall contain a list of all vehicles on the premises, records of payment by customers, records of disposal of vehicle/s, 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 cancel a service request to a 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 authorized at the scene by a Police officer. SECTION VI - EMPLOYEES: The personnel of 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 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 vehicle removal service. Notification of any change in such personnel shall be furnished to the City Police Department within 72 hours of such change. Each Agency shall have in its files a Division of Motor Vehicle report on each tow truck operator it uses. SECTION VII - STORAGE AREAS: All Agency s storage areas must conform to relevant zoning requirements existing now and in the future. All impounded vehicles and towing vehicles and equipment at Agency's storage site shall be kept within the confines of the facility and not upon the public streets, sidewalks or public property. Agency storage areas must display identifying signs clearly visible from the street, in conformance with zoning regulations, to enable persons seeking to locate Agency to easily identify same. SECTION VIII - REMOVAL OF ABANDONED VEHICLES: Solid Waste Department shall furnish a list of vehicles identified as abandoned, this list shall contain the following information: I. Location of vehicle. -2- 8 7-242 17..12, rig 2. Description (including year of manufacture if known). 3. Color. 4. I.D. Number (if available). 5. License number (if available). Upon receiving written notice from City Solid Waste Department to remove an abandoned vehicle, Agency has five (5) days to remove said vehicle. If removal cannot be accomplished within five (5) days, Agency must notify the Enforcement Division of the Solid Waste Department and request an extension. After pickup, vehicles are to be stored on Agency premises for a minimum of forty-eight (48) hours, during which time Agency shall remove and inventory all personal property found in such abandoned vehicle. Inventory lists shall be forwarded to City monthly. Such personal property shall be held by Agency for a period of 48 hours, subject to claim by City or vehicle owner or designee. Agency shall not charge any storage and/or administrative fee for an owner or designee to recover personal property being held by Agency. Also during this forty-eight (48) hour period, a vehicle owner may claim his/her vehicle, and pay Agency the towing and storage charges which may be due in accord with the rates set by this Agreement. In order to claim either personal property or the vehicle, the individual must submit proper identification, driver's license preferred, and either the registration or title of the vehicle. If the individual is not the owner, a notarized letter from the owner authorizing vehicle release must be submitted and retained by Agency. After the 48 hour period, Agency shall destroy vehicle. At no time does Agency assume ownership of said vehicle. Vehicles are not to be resold except as scrap metal, nor are they to be stripped of parts and the parts sold separately. Violation of this provision shall constitute reason for termination of this agreement. Agency shall provide to City a "Certificate of Destruction" for each vehicle destroyed, appropriate forms for which shall be provided by the Solid Waste Department. Agency shall pay City $ for each vehicle removed in accord with this agreement. In the event a vehicle i•s returned to the owner, Agency shall notify City in writing on a monthly basis and include copies of invoices paid by vehicle owner/designee. In lieu of the set amount paid to City for removal of an abandoned vehicle, Agency shall only pay City the administrative charges due City for any vehicles released back to owner. SECTION IX - 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 shall be made at any time during the contract period as deemed appropriate by City. Agency 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 X - LICENSES, PERMITS, ETC.: 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. Agency must also possess all the licenses, permits, etc., necessary from Metropolitan Dade County to operate said Agency. -3- 8'7-242 17 -13 C r All licenses, permits, etc., must be kept valid throughout the term of this agreement. SECTION XI - COMPLAINTS AGAINST AGENCY: In the event a complaint by a member of the public is filed about any Agency, the department receiving the complaint shall notify the Towing Review Board and Agency. If complaint is in written form, a copy shall be furnished to Agency upon request at no cost. A written reply to the complaint must be forwarded by 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 Agency complaints. SECTION XII - COMPLAINTS BY AGENCY: Any complaints by Agency 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 Agency within fifteen working days of receipt by the Board. SECTION XIII - MAXIMUM RATES: In the event Agency returns a vehicle to the owner as provided in Section VIII of this Agreement, the towing rates set forth in this agreement shall be charged. 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. 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. (1) Classes "A", "D" and "0": (a) Base Rate........................................$45.00 ( i) Towing Agency ....................$35.00 (ii) City Administrative Charge ....... $10.00 (b) Mileage Rate ..........................$ 2.00 (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": (a) Base Rate........................................$90.00 ( i) Towing Agency ....................$80.00 (ii) City Administrative Charge ....... $10.00 (b) Mileage Rate ..........................$ 3.00 B. AUXILIARY CHARGES (1) AGENCY ADMINISTRATIVE SERVICES RATE .................$ 10.00 Adainistrative charges may be charged by Towing Agency to the owner/driver of a vehicle towed or stored by Towing -4- 8'7r242 n•rq Agency, for the execution, filing or sailing 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. C. STORAGE RATES Daily Rates for vehicle storage are based on a 24 hour day, each day starting at 12:01 a.m. In accord with Florida Statutes, Section 713.78, 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 (one charge, with or without trailer), trailers, etc.] (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 XIV - BILLING: In the event Agency releases a vehicle to the proper owner in accord with Section VIII of this agreement, Agency agrees to itemize fully all bills on standard forms acceptable to City (sample attached as Exhibit II), 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 (Class "A" Base Rate, Mileage, etc.). When bringing vehicle to Agency storage facility, Agency shall note arrival time. SECTION XV - COLLECTION AND PAYMENT: Payments from Agency for pickup of abandoned vehicles shall be made to City Solid Waste Department based on the list of vehicles submitted to Agency. In the event a vehicle has been released to an owner/designee, copies of the bills and invoices paid by the owner/designee must be submitted along with the regular monthly payment. Should a designated abandoned vehicle no longer be available for pickup, it shall be required that Agency immediately notify City Solid Waste Department and receive confirmation from City that vehicle is no longer available. Upon confirmation, vehicle shall be deleted from the pickup list, and shall not be charged to Agency. -5- 8'7--242 1 7 _1S C. #**N Payments to Agency operating under this Agreement shall be made by vehicle owner or designee, upon receipt of itemized bills for services rendered. It is hereby understood by and between City and Agency that any payment due to City from Agency shall be payable to City immediately upon receipt of a notice of termination. SECTION XVI - ETHICS AND CONDUCT: 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 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 Agency shall be responsible for ensuring that all of his operational personnel shall be of previous and continuous good moral character. (3) 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 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 Agency shall, at the discretion of the City Manager, constitute grounds for the summary and immediate revocation of this agreement. SECTION XVII - SUSPENSION PROCEDURES: (1) 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. SECTION XVIII - 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 Agency previously granted. Occurrence of such cause shall be reviewed by the Towing Review Board, which then shall make a recommendation to the City Manager. In the event of such cancellation, prompt notice shall be furnished to Agency by City. (1) Adjudication as bankrupt. (2) The filing of insolvency, reorganization or bankruptcy petition (voluntary or involuntary). (3) Abandonment of Agency premises or discontinuance of operations. (4) The making of a general assignment for the benefit of creditors. (5) Making any charge at rates greater than those established by this Agreement. (6) Any failure of Agency to receive, inspect, verify, and approve the "Proper Papers" necessary for the release of -6- 8'7-242 (746 C V a vehicle prior to release of that vehicle. "Proper Papers" are defined as proper identification of the individual (driver's license preferred) and registration or title for the vehicle. If the individual is not the owner, a notarized letter from the owner authorizing vehicle release must be submitted. (7) In the event Agency has possession of a vehicle identified by the Police Department as stolen or as essential to a Police investigatio: 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 XIX - 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 XX - 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 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 not 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. SECTION XXI - OWNERSHIP OF DOCUMENTS: All documents developed by Agency under this Agreement shall be delivered to City by said Agency upon completion of the service required pursuant to this Agreement and shall become property of City, without restriction or limitation on its use. Agency agrees that all documents maintained and generated pursuant to this contractual relationship between City and Agency shall be -7- 87-242 17 -/ 7 W subject to all provisions of the Publice Records Law, Chapter 119, Florida Statutes. It is further understood by and between the parties that any information, writings, maps, contract documents, reports or any other matter whatsoever which is given by City to Agency pursuant to this Agreement shall at all tines remain the property of City and shall not be used by Agency for any other purposes whatsoever without the written consent of City. SECTION XXII - NONDELEGABILITY: That the obligations undertaken by 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 XXIII - AUDIT RIGHTS: City reserves the right to audit the records of 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 XXIV - AWARD OF AGREEMENT: 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 XXV - CONSTRUCTION OF AGREEMENT: This Agreement shall be construed and enforced according to the laws, statutes and case laws of the State of Florida. SECTION XXVI - SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors, and assigns. SECTION XXIII - INDEMNIFICATION: Agency shall indemnify and save City harmless from and against any and all claims, liabilities, losses and causes of action which may arise out of Agency's activities under this agreement, including all other acts or omissions to act on the part of 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. SECTION XXVIII - CONFLICT OF INTEREST: (1) 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. 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 Agency or its employees, must be disclosed in writing to City. (2) 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) -8- 8'7--242 / 7 -/8' and the State of Florida, and agrees that it shall fully comply in all respects with the terms of said laws. SECTION XXIX - INDEPENDENT CONTRACTOR: 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 XXX - 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. In that event, notice of termination of this Agreement shall be in writing to 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 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 Agency that any payment made in accordance with this Section, to Agency shall be made only if said Agency -is not in default under the terms of this Agreement. If Agency is in default, then City shall in no way be obligated and shall not pay to Agency any sum whatsoever. SECTION XXXI - NONDISCRIMINATION: 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, 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. SECTION XXXII - MINORITY/WOMEN PROCUREMENT COMPLIANCE: Agency acknowledges that it has been furnished a copy of procedural provisions therein, including any amendments thereto. SECTION XXXIII - DEFAULT PROVISION: In the event that Agency shall fail to comply with each and every term and condition of this Agreement or tails to perform any of the terms and conditions contained herein, then City, at its sole option, upon written notice to Agency may cancel and terminate this Agreement, and all payments, advances, or other compensation paid to Agency by City while Agency was in default of the provisions herein contained, shall be forthwith returned to City. -9- 87-724 ^ 0. SECTION XXXIV - 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 XXXV - 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 an additional insured on the above mentioned policies and coverage. 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, N.J.. Insurance coverage shall be subject to the approval of the General Services Administration Department. 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 this 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. SECTION XXXVI - AMENDMENTS: City may, at its discretion, amend the Agreement to conform with changes in applicable City, County, State and Federal laws, directives, guidelines and objectives. No amendments to this Agreement 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: MATTY HIRAI By CESAR H. ODIO City Clerk City Manager -10- 8'7-24 c 7•� 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: Division of Risk Management APPROVED AS TO FORM AND CORRECTNESS: LUCIA A. DOUGHERTY City Attorney -11- • 87-242 E. Z:IT`:• CF i:2.1'!I , F LOrI10A : SPECiF ICATIONS ZONE LOCAT:ONS TO! i R I K ERV SERVICES THE INSTRUCTIONS TO UDDERS, PROPOSAL, QUALIFICATION FORMS AND THE GENERAL SPECIFICATIONS ARE A PART OF THIS CONTRACT AND ARE FURTHER SUPPLE14ENTED BY THE SPECIAL PROVISIONS CONTAINED HEREIN. IF THERE ARE ANY INCONSIS TENCIES BETWEEN THE SPECIAL PROVISIONS AND THE ABOVE MENTIONED ITEMS, THE SPECIAL PROVISIONS SHALL GOVERN. 2. 1 ri _. Tion nF WOK; ZONES, . s a t #THE ZONES COVERED? IN THIS AGREEMEir' ARE AS DEFINED BELOW AND PER TH5 ATTACHED MAP OF SAME: ZONE NORTH .' O I TY LIMITS EAST: To BISCAYNE BAY, INCLUDING WEST -END OF BRIDGE ON 79 STREET CAUSEWAY, PRIOR TO NORTH BAY VILLAGE, CITY • LIMITS a SOUTH: NGRTHS IDE OF N.E. 46 STREET AND Ufi • 46 ST, BUT NOT INCLUDING 46 STREET NEST: CITY LIMITS ZULU NORTH: To INCLUDE N.E. 46 STREET AND N.W. 46 STREET EAST: TO BISCAYNE BAY SOUTH: • • • TO NORTHS I DE OF N.E. 20 STREET AND N.i1. 20 STREET, OUT NOT INCLUDING 20 ST, WEST: CITY -LIMITS, INCLUDING U-1. 306 STREET STRIP TO RAILROAD TRACOKS . WHE I I NORTH. To 'N. E. 20 STREET AND N.tt. 24 STREET INCLUDING 20 STREET EAST: TO BISCAYNE BAY, INCLUDING BISCAYNE ISLE AND SAN MARCO ISLE. SOUTH: fluor RIVER WEST: f•IIAMI RIVER TO THE POINT WHERE 27 AVE. AND N.W. 20 STREET HEET. 87-242 17 - A A I o N. if LL.i STREET. te. rJES T Q[�' i 7 AVENUE SST: bOUTH SIDE OF MiAMI RIVER TO N.W. 17 Atli,. N UIE.1 BUT NOT INCLUDING 17 A,1'ENL'E. SOU T c{ : F AGLER STREET WEST OF 17 AVENUE TO 37 AVEnuE, S J1. S STREET WEST OF soil. 39 AvENUE WEST: CITY LUMITS, INCLUDING TAMIAru M CANAL ROAD. N^ V N4RTHs' M.IAMI RIVER EAST: TO BISCAYNZ BAY, INCLUDING RICXZNZ-AC?'ER CAUSEWAY TO MIDDLE OF SECOND BRIDGE, AND VIRGINIA KEY. SOUTH: TO BISCAYNE BAY, INCLUDING CLAUGHTON ISLE. �►'EsT:, To N.W. AND S.W. 17 AvEmuE INCLUDING 17 AvviuE. . SOP;" V' Nw-1 H.: FLAGLER STREET EAST OF 37 AVEm. EAST: TO SM, 17 AVENUE BUT NOT INCLUDINGT 17 AVENUE. SOUTH: To BISCAYNE BAY, INCLUDING FAFR ISL TO NORTH PROSPECT DRIVE $ CITY LIMITS. 3 - --- - 877242 17•4 TUITNG %OPIES CITY, OF ►;:,;•tip I'�ORIBA s.u. s St. 20 St. Q+ r . .� J .0 I CJ tY: C1 tt Prospect Dr. lyfa... A. 13 7-2406 ! 7 —2q m Ta.V a SIGRAGE *ul"OAREO GY LOLL FUL WLg STAnT IOIAL UALL m RECEIVES Ur - WIT UZ4 IT opriu-101, PATE ROAD S. T114E MATES Pt• DIVER STORE cirl ri i i l i ':e perni t tccl to -,cC I n work pursuant to any purchase r ti:•:y i::.vtt obtoinc:t3 insurance coverage as spec-i f i :c: aclo::. Vor uhot:1d rev iaw these rer•aircnents carefully as no Mad.fication of :c-ui:a;.cr.t:. rill be nade after Conclusion of the hidding process. 2. A1: r ,uir2d insurance s11r11 be :mitten on cn occurrence basi3 un ether+ri;;e specified. 3. the vendor is required to name tho City as an Additional Insured cn t. pc i i cy or �.ol i ei es, it is the intent of the City t1lat the required cover shall to primarily in the event of any loss arising cut of perils or ha33 Covered by those policies. 4. All insurance policies required must be written by a company or cos.ec rates at least "All a3 to management and at least "Class Y" as to finane stren?th in the latest edition of the Beat's Insurance Guide, published Alfred M. Best Co., Inc., Fulton Street, 4New York, :t. Y. S. The successful vendor will be expected to furnish a Certificate of Incura. to the City clearly indicating conformance with these require=nt Certificates should be forwarded to: City of Miami Finance oapartment/RISK MANAGMENT DIVISION 65 S.iJ. 1st Street Mimi, Fl. 33130 6. Any questions pertaining to insurance requirements should be directed to Risk Management Division at the above address, or telephone 579-G050. COVERAGE REQUIRED: 1. LIABILITY: The vendor shall obtain and maintain in force for the l:n; of this agreement Comprehensive General Liability *Insurance Coverage its equivalent with at least a combined single limit of $500,000.ne occurrence for bodily injury and property damage liability. 2. COVERAGE: The following extensions of liability coverage thsll, included in the required policy or policiez.: Cov�era _e Limits ' Products and Completed Operations CSL Broad Force Property Damage CSL 3. t:ORKERS COMPENSATION: Me contz4ctor shall obtain and maintain in ,nor: during the life of this agreement Worker's Compensation insurance* . required by chanter 440, Florida Statutes. 4. CANCELLATION OR MODIFICATION: The policy or policies of insuran required shall be written in a mannor such that the policy or nolic;k r..ay not be cancelled or materially changed without �dv_nc written notice to ti:e City of i�Jiawi. trlritten notice sh311 be cent t Risk tiaragement Division/Uapartwent of Finance, at the above address. S. AMITIOIJAL INSURED ENDOnSEi• ENT: All liability insurance policies steal be indorsed to na-a the City of taiaoi ao an .ldditional Insured. T: ,Additional Insured enelorscme:nt may be qualified to restrict the of the City of Miami a3 an insurad to tlios.: hazards within the seoge c tree Contract. 87-242 ! -.26 J-uS-)Sd ,?'0:'IA:1C: !10 - 10 0 6 w 'N 0n,Ir,:1NCE RECZ ':T 9` 5 i.4 !1:'1uq I TY ?4 C' RE "I:! ✓ l3unA11 0Rll:li!J. C' CIIY OF M:A.A r"L;11!7" A%I SUBS '11uTING *HEI"OR A NEW M1110RI"Y ao1�UIE"1ENT ?R0GAAt' 0a011A110E TO a ,!Iit11 NO CITED AS "THC M1HCRITY -•;D 40MEt1 JJS:'J?53 AFFAIRS Ali 1R0CUREME11T CROINANCE OF "HE .:TY OF MIAMI, FLORiDA," ESTAGLISHI!IG A-IIHORITY 010 WOMEN 0USIHESS AFFAIRS PROCUREMENT PROGRAM ANU COMMITTEE; PROVIOING FOR THE CnEAT:O!1 BY THE CITY MANAGER OF AN OFFICE OF 411JORITY AND WOMEN 0USI?IESSO AFFAIRS A110 PROCUREMENT; r'URTHEii SETTING FORTH A GOAL OF ,WARDING AT LEAST 51 PERCENT OF THE CITY'S TOTAL ANNUAL DOLLAR VOLU4E OF ALL PROCUREMENT E:IPENOITURES TO BUSINESSES OWNED OY BLACKS (175), HISPANICS (17:), AND WOMEN (110); AUTHORIZING THE CITY MANAGER TO PROVIDE FOR MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISE PROCUREMENT SET -ASIDES AND CONTRACT PROVISIONS; PROVIDING FOR THE OEVELOPME4T OF PROCEDURES, MEASURES AND RESOURCES TO IMPLEMENT SAID PROGRAM, GOALS AND OBJECTIVES; AND CONTAINING A SEVERABILITY CLAUSE. WHEREAS, Ordinance No. 9775 dealing with rinority procurement has been found to be in need of revision and modification to strengthen the effectiveness of the City of Miami's Minority Procurement Policy and Program; and WHEREAS. the City Commission, in repealing Ordinance no. 9775 and in adopting and substituting therefor the herein Minority and Goren Business Affairs and Procurement Ordinance is authorised pursuant to the Charter of the City of Miani, Sections 52 and i9; and the Municipal Home Rule Power, Are of 1973, Chapter 166.001 et seq., Florida Statutes, as amended; and WHEREAS, the U.S. Supreme Court has upheld Dade :ounty Ordinance No. 82-A7. adopted July 20. 1984, restricting bidding on construction projects to Slack -owned firms when prior unwarranted discrimination has been proven; and WHEREAS, findings of a City of Miami Minority Procurement Disparity Study indicated a substantial exclusion of minority and women -owned businesses from the City's procurement process for the fiscal years between 1071 and 1981; and WHEREAS. this Ordinance will prevent the perpetuation of the effects of prier unwarranted discroinati0n which has f37-242 t 7--.2 7 nr,r?LJfpr i'1p�irn;, 11ited )r fpr��1G5�1„!^proCur�m�nt and con:ricting cppartunit!es for Su4in:,SSOS owned by 31ack5, iiiSfJr.iCs :nd Women with t;13 .ity of 'tiami; and ilHE.gEAS, the :it;i of N!aml has estdol i;;7ed a Pot?"� Jf .onstructive affirmative action :o elininite su0stantiaiiy the effect:, of prior 11scri,,:ination; and 4HE11EAS, the proposed iincrity and ►tomen Business nffeirs and Procurement Program and Policy contains requirements: tat that those who contract with the City of niami in the areas of Procurement shalt 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; and (b) that such city contractors have and impiement an Affirmative Action or Equal Employment Opportunity policy to ensure that such businesses, employees or applicants for employment are treated equally without regard to age, ethnicity, race, creed. color. religion, sex, national origin. handicap or marital status, and WHEREAS, implementation of this ordinance will serve the best interest of the City and Mill maximize the opportunity for small business concerns owned and controlled by Blacks. Hispanics and Women to procure or contract with the City of Miami in the area of procurement; and WHEREAS, to be effective it is necessary and desirable to establish for the City of Miami a Minority and Women Business Affairs Procurement Program with the appropriate goats, objectives. administrative procedure and resources; and adopt legislation remedying the affected Hispanic, Black and Women• owned businesses; NOW, THEREFORE, BE IT ORDA14ED BY THE COHMISSIOn OF THE CITY OF MIANI, FLORIDA: Section I. This Ordinance shall be known and may be cited as 'The Minority and Women Business Affairs and Procurement Program Ordinance of the City of Miami." Section 2. For the purpose of this Ordinance, the following terns phrases, words. and their derivations shall nave the f011owir? meanings: 2 ^CG 2 nagir.nr., "n•.erpri,e nC,1nS So�'porati�n, psr`nor,'l;.).individual, sale proori•otorshl,,, j;int s:oc% c -,1^any, Ioint vent:ire. profeaslunil assoc' ati ;n .r any Other la.ai entity that {s properly 'licensed to du ,usi,e;; ;iitn tn•; City of Miami and/or Dade Ccunty and/Dar the 'Jtate of Flcrida. u. Ni.iarity and Women-Jwnpd O:'siness Enterprise •Deans a business enterprise in which at 1 e ! s t Si percent of sail enterprise is owned by Blacks, Hisoanics or Wam, en whose management and daily business operations are controller: by one or more Blacks. Hispanics or Women. C. Contract means agreements for the procurement of goods, services or construction of facilities for the City of Hiami. o. Facilities means all total or partial publicly financed projects including, but without limitation. unified development projects, municipal public works and municipal improvements to the extent they are financed with City money, utilize City property, or require City services. E. Goods and services include, without limitation. public works, improvements, facilities, professional services. commodities, supplies, materials and equipment. F. Goal means the percentages of the annual dollar volume of procurement expenditures determined by this ordinance to be offered for Minority and Women business participation. G. Set -aside is the terra which will be used to designate a given purchase or contract or a jorti on of a gi -•gin purchase or contract award for Black, Hispanic and/or Women - owned businesses. Set -asides may only be utilized where it is determined, prior to the invitation to bid or request for proposals, that there are a sufficient number of certified Black, Hispanic and/or women -awned businesses to afford effective competition for the purchase. H. Joint 'Venture shall mean an association of persons or legal entities with the intent to engage in and carry out a single business enterprise for profit. 3 - �06 =' 877242 7 �, Eiovn4 Iturer ;haIlowl�)n a ourahase, payment, distribution, iaan or aO,!ance for the purpose of acquiring or orovi]ir5 vads and services. J, ffirn3tive Action plan sha'1 iMCI Uce th^ projected annual goals and the tinictaules rrn!ch Wit. to used to employ and/or procure wit.1 +oomen and nincriti2s a ion. discriminatian policy statement and any other actions +rich will be used to ensure equity in employment and the utilization of ,minority and female -owned businesses. Section 3. A Minority and Woaien Business Affairs and Procurement Program for the City of Miami is hereby established. The City Manager's Office shall be held accountable for the full and forceful implementation of the Minority and '.Women Business Affairs and Procurement Program by providing appropriate recommendations for action by the City Commission. A. for the purpose of assisting the City Manager In the implementation of said program, a minorit7 ano women Business Affairs and Procurement Committee is hereby established, consisting of an appropriate number of members, to be appointed by the City Manager, with full representation of Hispanics, Blacks and Women to be responsible for monitoring the implementation of the program and making recommendations for achieving the requirements of this Ordinance. The Committee shall be responsible for generating yearly progress reports to the City Commission and the community at large. D. The City Manager shall, utilizing existing resources, create an Office of Minority and Women Business Affairs and Procurement; and shall provide the aporopriate staff and resources necessary for the performance of all such administrative duties authorize and Implement the administrative guidelines and procedures required; and ensure compliance with the functions required to promote the achievement of the program's goals and objectives of increasing the volume of City procurement and contracts with Black, Hispanic and Women -owned businesses. a 1cGe 87-242 •nr010d. 'h, ahl.,ctIve Of :he f;ItY I1.00 ac11faso a OOJ1 dwdr'llnr a ".0ntmun of il, of ;ho total annual Col'ur voIune Of a -lent eitDenditur!!5 to 91JCk5, -11spin !CS and Wono'1- owr,_d bUslnesS enterprises to 'e jr�or:toned as f.))Jws: Seventeen percent (i7Z) to .3)ar. " , saventeQn JdrCent (t7%) t0 Hispanic% and seventeen percent (170.) to Womon.1 A. To further the goat of increasing the total arnuJ+ 'tolume of all ;roeurement expenditures to minority and women. owned business enterprises, authority for a minority and women• owned business enterprise procurement set -aside Is heresy established for use by the City Manager as he or she may deem advisable or necessary to increase the participation of Black, ;lispanic and Women -awned businesses in City procurement contracts. 8. It shad be mandatory for all City of Miami contracts and/or procurement award documents to contain the following: (1.) A specific reference to the applicability of the Minority and Women Business Affairs and Procurement Program established by this Ordinance; (2.) A provision stating 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 'Women -owned business enterprise and/or the Quantity and/or type of minority and women -owned business participation; (Z.) A requirement that each successful bidder or offeror agree to provide a sworn statement of compliance with the provisions of this Ordinance and its specific applicability to the purchase or contract award under consideration; such statement shall certify :hat the bidder or offeror, during the 1 Women. depending, upon their own annual self-selection, shall be listed in only one (1) of the categories: race, ethnicity. gender. 87-242 •3i course ot0 me involvel en the performaacei the contract sought by such bidder or offeror, shall not •liscriminate against any business, employee or applicant for employment because of z age, ethnicity, race, Creed, calar, religion. sex. national origin, handicap or marital status; (a.) A statement of the extent to which the business enterprise has as one or more of its partners or ;rincipals persons who are Black, Htspanic or Women. or is a joint venture C'omorised of a non -minority and minority business and/or .iomen-owned enterprise. (S.) A requirement that each bidder submit along with the bid or proposal an Affirmative Action Plan (AAP). Any significant equity participants, joint venture participants, sub -contractors, suppliers or other parties tc the bid or proposal shall also be required to submit such plans. (6.) A provision specifying the requirements for continued bidder or offeror eligibility including minority and female involvement. Section S. Bidders or offerors shall be required to demonstrate a reasonable and good faith effort to solicit and obtain the participation of qualified minority and women -owned businesses in all bid and proposal documents. Section 6. except where federal or state law or regulations mandate to the contrary, the provisions of this section will be applicable to all City of Miami, prebid, bid, Contract or other agreements negotiated by the City; Section 7. . The Minority and Women Business Affairs and Procurement Program established herein shall be in effect only until such time as the effects of prior unwarranted discrimination against Blacks, Hispanics and Women have been compensated for, at which time the goals and set -asides provided for herein shall no longer be observed. Such need shall be reviewed every two years by the City Commission, uporr the , recommendation of the City Manager. Section S. Ordinance No. 9775. the Minority Procurement Program Ordinance of the City of 41 ami. Florida, is hereby repealed. 'a - _ ___- _ _•f-.i Jett 3;f`.` w +• .�'1. l' ssy ptr! •tr prQvisIOr• thi. 11r;Inance �n 1CC .IrNa•9y a '3urt )f ccoo!2tent jUr1;ltctl'jm to to I1V311d, ;arsr. ;Ia11 n;t Iffnet th,; vaIIj.ty of the Ordinance ,.s J wh,),e ASSZ0 ON -1RST R:A01.4u Y i:T_„ ;':LY th'S udy if D-ASSED All0 AC0P.c0 ill SECONO N110 FINAL @Y i iT:E 0':L'f t h 1 S 1?th day of=ecen+o:r 19u5. AT TEST: Al, City Cler+ PREPARED AND APPROVED BY: JZO! a Deputy City —Attorney APPROVED AS TO FORM AND CORRECTNESS: ' City Attorney AOJ/woc/ob/ab/0156 1C0c?��� ;1r•'t?'.'t''�'I• ii::i) :�I::i::::'i;,ijl'aJ 1 vEsoLUi!oCl Oi' s ;:t)?'!:STS (City C. <-da Sect icn 1C-3v. I , t ,a• ►tit to L ,-t(3st. Ar.y act-,::, or iirosl:-,•� c;tLvv party vi 5.3 2e31s aggrieved in ::cnr.action solicitation or :ward of a• contract ;iav protest to th- chief procurement o)4 icer. The protest sha:� ba su nitted in ::riting within fourteen (14) days after such cg,rievad part'v knows or should have :mown the facts giving ri-MQ zc the action complained of. (b) Authority to resolve protests. The chief procurement o ficer shall have the authority, subject to tha approval of the city manager and the city attorney, to settle resolve a protest of an aggrieved actual or prospec:iv: contractual party concerning the solicitation or awar�; of the contract in question. Provided that in cases involving more than four thousand five hundred dollar 04,500.00), the decisions of the chief procurement officer must be approved by the city commission after a recomaendation Ito the city attorney and city manager. The chief procurement officer shall obtain the requisite approvals and communicate to the protesting contractual party; or alternatively if the account involved is greater than :our thousand five hundred dollars ($4,$00.00), sub:cit a decision to the city commission within thirty (30) clays after lie receives the protest. (c) Compliance with time requirements. Failure of an aggrieve:: party to submit a protest within the time provided in subsection (a), above, shall constitute a forfeiture o: such party's right to complain and shall bar any legal action therefor by such party. Failure by the :ity officials to comply with the time requirements provided in subsection (b) shall entitle the aggrieved party, at its option, to bypass the provisions of this seet.ion and to institute legal action immediately. (Ord. No. 6 1,2-20-83). 87-242=3q i)L':3,1;%. �L.4T A i) ;,%::; '!': !; IptJ Cy Ue 'mia".tl Cod,.' :iIJC. il;��iU•i (a) tauthoT:t! ar.J rn^' .i^ncnt CQ int. sucpont.. r'a•C • az.,onaL•i nOCit:C. to 17 actual Cr .=J.,Oe. i .0 a: r...I1C_Ja: � �.► _;,', •2r.J nftc: r-cazenaible opportunity to 5ucli party to Le hca:;s, ':tic mana�3cr, after cut aultat`on :1i'.n the chioi prccurCmcut e::ic^ city aptorneV, s .all h.Svc Ci:? authorl`:.j, to dQb-,o it for th= cause: listed bode:, frc.m con;,ic:e:atic- *cr a..ard o= c: contracts* rho datarmcnt e � i a shall b For .. rc.cc: oc not f� :c: thr c2 (3) year C,. the city canagcr shall alto '.have tho author i t,✓ to suspend a eont:actor Cron consideration. for a -ward or city contracts, is there in a probable cause for debar^ont, pending the da:barment determination, the authority to debar and suspend contractors s::all be exercised in accordance with regulations which shall be issued by the chief procurement oiCiccr a!tcr approval by the city manager, the city attorney, and the city commission. (b) Causes for debarment or suspension include' the fol!owirc: 1. Conviction Ccr commission of a criminal. offense incident to obtaining or attempting to obtain a public'or private contract or .subcontract, or incident to the perCormance 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 ofianso indicating a lac!: of business integrity or business honest!: 3. Conviction under state or Cedcral antitrust statutes arising, cttt of the submission of bids or proposals; 4. Violation of contract provisions, which is regarded by the clue: procurement oCficer to be indicative of nonresponsibility. Cuch violation may include failure without good cause to per:ora 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 basic for dcL'armcnt or suspcnc%c:%: S. Dabarment or aurpension of the contractual party by i4ny tcc%,ra 1. state or outer governmental entity: G. False certificati= ourcua:nt to paragraph (c) below; or 7. P.-ay other causa: judged by the city =nagcr to be so scr, ious and compelling as to affect the responsibility of the contractual party conforming city contracts. (c) Certification: All contracts for goods and services, 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 sot forth above or debarred or suspended an set forth in Paragraph (b)(5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have boon convicted of any of tiie violations set fortis above, or debarred or suspcnded a3 sac forth in paragraph (b)3. Coapany mane: Signature: (RE=RN WITH BID SHEET) Uato: FAILURE TO COMPLETE, SIGP7, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. 8'7-242 4* CITY OF MIAMI, FLORIDA INTEROFFICE MEMORANDUM TO: DATE: 0 ,R 5- '198 The Honorable Mayor and Members In FILE: of the City Comm' sion Resolution Authorizing SU•JECT: Issuance of a Request for Proposals for Removal of Abandoned FROM: Cesar H. Odlo REFERENCES: Vehicles City Manager ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached resolution authorizing the issuance of a Request for Proposals to furnish removal of abandoned vehicle services to the City of Miami, Department of Solid Waste. BACKGROUND: The General Services Administration Department has 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. A proposal for the provision of removal of abandoned vehicles and towing and wrecker services to the City was presented to the City Commission at the February 12, 1987 City Commission meeting. The proposal was not acted upon and staff was asked to work further with representatives of the towing industry. The proposal was revised on the basis of meetings with industry representatives and meetings were held February 18 and March 2, 1987. Further revisions were made as a result of those meetings. A key change was the splitting of the towing contract from the towing of abandoned vehicles, these are being presented as two separate packages. The enclosed RFP and agreement is for removal of abandoned vehicles services to the Department of Solid Waste. Attachments cc: Law Department `�V i 17 1-7-1 87-242 �