Loading...
HomeMy WebLinkAboutR-87-0252J-87-238 3/13/87 RESOLUTION NO. 87�252! A RESOLUTION AUTHORIZING THE ISSUANCE OF A REQUEST FOR PROPOSAL IN SUBSTANTIALLY THE ATTACHED FORM, TO FURNISH TOWING AND WRECKER SERVICES TO THE DEPARTMENT OF POLICE, FIRE, RESCUE AND INSPECTION SERVICES DEPARTMENT, AND THE DEPARTMENT OF OFF STREET PARKING. 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 vehicle removal and storage; and WHEREAS, the Department of Off Street Parking requires tow service to remove illegally parked vehicles and vehicles parked in a hazardous fashion and scofflaw vehicles; and WHEREAS, the Fire, Rescue and Inspection Services Department may from time to time require special towing services; WHEREAS, it has been found that utilization of private towing companies within the City of Miami effectively provides the services needed; and WHEREAS, there are a number of private towing 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 applications to furnish towing and wrecker services on an as needed basis to the City of Miami Department of Police, and the Department of Off Street Parking. 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. ATTACHMENTS CONTAINED CITY COMMISSION MEETING OF MAR 13 1987 No. PASSED AND ADOPTED this 13th day of arch , 1987. r XAVIER L. SUA , MAYOR ATTES MATTY HIRAI CITY CLERK PREPARED AND APPROVED BY: )6,1.j ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVED �;0 FORM AND CORRECTNESS: LUCIY'A. pOUGHERTY CITY ATTORNEY -2- g'7-252 z 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 towing and wrecker' services inclusive of labor, materials and equipment on an as needed basis to the City of Miami, particularly the Department of Police, the Department of Off Street Parking and the Fire Department. 2. CONTRACT TEP14 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 TOWING AGREEMENT Attached hereto is a sample towing agreement (Attachment A) which contains further specifications for the provision of towing services. 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. Agreement/s may be modified to apply to the particular class of service addressed by the agreement. 4. DEFINITIONS Towing Agency means a company engaged in the business of towing vehicles from one location to another within the City of Miami. S. QUALIFICATIONS OF APPLICANTS All Towing Agencies that submit applications for consideration 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. Towing Agency must be located in the City of, Miami, preferably in the zone for which an application is being submitted. Zone locations are attached as Exhibit I of the sample agreement. -1- 57--25n, _q- J 4. Towing Agency premises must be properly identified by signs on the exterior of the structure, i.e. visible from the adjacent access road. S. A reasonable state of cleanliness of equipment and facilities must be maintained. Working areas, interior, and exterior of structures shall be kept free of debris and/or articles inappropriate to or inconsistent with the operation of towing service. 6. Towing Agency must have and maintain a separate telephone number on a twenty-four (24) hour basis for incoming police calls in addition to such other telephones as are necessary for regular business use. (NO ANSWERING SERVICE, ANSWERING MACHINE OR RECORDED MESSAGE WILL BE ACCEPTED). 7. 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 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 (100') 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- �7-'25A_3� _s (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 (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 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: E. (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 Class "O" Wrecker (Overreach, Cradlesnatcher) Defined: -3- 97-252 ' 37 - (o This towing unit shall permit fast handling of foreign and domestic vehicles by the wheels, from the front or rear, without damage to the fenders, bumpers, body, suspension or steering of the towed vehicle. The design of the unit shall allow 90 degree right angle hook up and removal of curb parked vehicles without moving adjacent vehicles. In addition, towing unit shall be capable of towing vehicles by means of a conventional tow sling. Both systems are to be an integral part of the towing unit, capable of independent operation and ready for immediate use. (1) Manufacturer's rated capacity of not less than 10,000 pounds, GVW (2) Two (2) hydraulically powered winches with pulling capacity of not less than 4 tons each (3) Minimum of one.hundred feet (1001) of 3/8 inch hemp centered cable (4) A crossbar on 360 degree swivel attached to end of towing boom; four (4) nylon straps (3000 pounds capacity each) with metal loops attached at each end; a pair of pan and bar assemblies; a yoke and latch assembly; and a telescopic tow bar (5) Universal tow sling with safety chains (6) Dual rear wheels (7) One motorcycle sling (8) Two (2) snatch blocks, 3 ton capacity (9) Set of scotch blocks (10) Towing dolly F. Class "U" Wrecker (Underreach) Defined: This towing unit shall provide the capability for lifting heavy equipment, such as 32 ton fire trucks, 18 ton pumper trucks, or other similar equipment, by use of an apparatus to reach under the equipment and lift the vehicle by the axles, without damage to bumpers. 3. Additional MANDATORY Equipment On All Wreckers "A", "BON, $ICON, "DON, and "0": A. 50 pounds white fine or medium oil absorbent clay or sand. B. 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. F. Extra towing chain - 6 to 8 feet with hooks. G. One (1) Axe. H. One (1) crowbar or prybar - 30" or longer. -4- 801--=2 37 ' 7 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. O. 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. Towing 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, lettered "A" through "S", 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 Trucks are 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 Trucks are to be free of body damage which would interfere with tasks to be performed or distract substantially from overall appearance. 4. Each Tow Truck shall be lettered commercially with Towing 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 8A-276, (b). -5- 97-25437 -S CC 7A 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. S. 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 Applications may be submitted to provide towing service in the categories listed below: Category: Type of Service: 1. Class "A" and "D" Service only, in one (1) or more zones. (In Zone 3 only, Class "0" Service is to be provided in conjunction with Class "A" and "D" Service.) 2. Class "B", "C" and "U" Service in one (1) or more zones. 3. Both Categories 1 and 2 Service in one (1) or more zones. In order to be considered to provide Category 1 tow service, Towing Agency must own or lease, for each zone to be served, at least five (5) acceptable Class "A" wreckers. For Category 1 service in Zone 3 only, Class "0" Service is to be provided in conjunction with Class "A" Service. In order to be considered to provide the Class "A&O" Service in Zone 3, Towing Agency must own or have a commitment for access to one Class "0" wrecker and own or lease a minimum of four acceptable Class "A" wreckers. In order to be considered for the Category 2 wrecker services, Towing Agency must own or lease one Class "B" wrecker for each zone to be serviced. Towing Agency must also own or lease one Class "C" wrecker per zone to be serviced, up to a maximum of four for multiple zone service. One Class "U" wrecker must be owned, leased or available to Towing Agency, through a letter of commitment. It is the intent of City to select one Towing Agency per zone and per class of service. However, City reserves the right to select more than one Towing Agency to provide Category 1 or 2 wrecker service to one or more zones, or to select one Towing Agency to provide a class or classes of service to more than one zone. In the event multiple, contiguous zones are awarded, the City reserves the right to reduce the number of wreckers required to provide service to the zones covered. 10. CAPITAL EXPENDITURES Towing 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 Towing — Agency must assume. City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any Towing Agency. If Towing 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 Towing Agencies which meet the minimum qualification standards shall be considered eligible to tow. The following procedure will be utilized to select the company who will serve each zone. 1. An invitation to qualify will be made by public notice, offering all towing agencies an opportunity to submit an application. 2. A review committee made up of representatives from Off - Street Parking Department, Police Department, and General Services Administration Department will review and evaluate the applications of all applicants in accord with the specifications set forth herein. The below factors, will be used by the Review Committee to achieve a recommendation of Towing Agencies for each zone. This will then be submitted to the City Commission, which will make the final determination of award, selecting from among the Towing Agencies which are qualified. a. Compliance with all general and special conditions, including the insurance requirements. b. Involvement of minorities and women in the business enterprise. c. Location of payment office and storage facility in zone to be served. d. Ability of Towing Agency equipment and facilities to meet the minimum qualifications as stipulated, based on inspections made by the City prior to award and/or other verification procedures if required. e. Experience and past performance of applicant. f. Number of qualified applicants per zone. 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. 13. INSURANCE Within ten (10) days after notification, the successful applicant shall furnish Evidence of Insurance to the Risk Management Division. 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 Applicant to accept the award, to furnish required documents, and/or to fulfill any portion of the contract within the time stipulated. -7- 8'7-25� 37 -/0 Following a review and recommendation by the Towing Review Board to the City Manager, City may by written notice to Towing Agency, terminate the contract if Towing Agency has been found to have failed to perform his services in a manner satisfactory to the City. In the event Towing Agency is found to be in default, any and all reprocurement costs may be charged against Towing 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 of the City of Miami, Florida sets forth "...a goal of awarding at least 51 percent of the City's total annual dollar volume of all expenditures for all goods and services, to Black, Hispanic and Women minority business enterprises on an equal .basis." A minority/women business enterprise is defined as a business firm"...in which at least 51 percent of said enterprise is owned by Blacks, Hispanics, or Women whose management and daily business operations are controlled by one or more Blacks, Hispanics or Women. To achieve the goal established by Ordinance No. 10062, 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 conderning 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 Individuals) and/or business enterprise(s) from consideration and participation in future City contracts, on the basis of having submitted deliberate and willful, false or misleading information as to 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 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. -8- 0 0 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, suppliers 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 Proposals 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 proposals. 20. DEBARMENT AND SUSPENSION interest, the City of Miami receive and award additional and to make use of other contracts for the purchase or to reject any and all 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. -9- 87-252 37 -! 0 ATTACHMENT A SAMPLE TOWING AGREEMENT THIS AGREEMENT, made and entered into this day of , 1987 by and between the City of Miami, a mun c pal 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 Department of Off Street Parking requires tow service to remove illegally parked vehicles and vehicles parked in a hazardous fashion, scofflaw vehicles; 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 effectively 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 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 one of three authorized sources: Police Department, Department of Off Street Parking 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. Department of Off Street Parkina Requests for tow service shall be made through enforcement officers. 3. Fire, Rescue and Inspection Services Department The Fire, Rescue and Inspection Services Chief 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, a representative selected by and among Towing Agencies having a contract with City, and an independent party to be selected by S7,w=2 3 2 - /3 the City Manager. Operational procedures of the Board shall be developed by City. SECTION IV - PERFORMA.YCE 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 or Off Street Parking enforcement officer 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 ar..d ordinances at all times. (7) Tow trucks shall not use rotating beacons when proceeding 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. -2- 8 7-252 0 0 (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 and 715.07. (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 cancel 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 authorized at the scene by a 'Police officer or Off Street Parking enforcement 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. Notification 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 Agency's storage site shall be kept within the confines of the -3- �'7--252 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 investigation, 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 special 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- &7--252 37 -lb 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 - COMPLAINTS 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 "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 -5- 8 7-'252 37 -I 7 (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 simple 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 fees 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"&"O" - Each 15 Minute Interval......$ 8.75 - Hourly Rate..................$35.00 (c) 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..................$80.00 (3) TRAILER: Charges for use of a boat trailer or other trailer when authorized by City enforcement officer, shall be in accord with the following schedule: (a) Small size boat (18 feet and under) ..............$ 50.00 (b) Medium size boat (18 to 30 feet) .................$ 75.00 (c) Large size boat (30 feet and over)...............$150.00 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. -g 87— r' 3? -18 252 10 9 If required, a Certified Salvage Diver shall be provided by City. D. SPECIAL EVENTS/STANDBY TOWING The below listed rates are the maximum allowable (per hour and according to wrecker class) for standby wreckers during Special Events. When asked to provide Special Events towing, Towing Agency shall be entitled to payment for the 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","D"00" Hourly Standby Rate..............$35.00 (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 (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. -7- 87-252 32 -o 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 clasp 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 or Department of Off Street Parking Towing Report Number as applicable, 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. 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, Fire, Rescue and Inspection Services Chief or the Director of the Department of Off Street Parking. Payments by Towing Agency to City of City Administrative Charges shall be made 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- 8'7-252 3 ? -ao 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 Manager, 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. greater than those 0 -9- 87-25^ 3-? -21 .........:: (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 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 XXIII - OWNERSHIP OF DOCUMENTS: All documents developed by Towing Agency under this Agreement shall be delivered to City by said Towing Agency upon completion of the service required pursuant to this Agreement and shall -10- Y 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 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 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: 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 not employed or retained any person employed by City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person employed by City any fee, commission, percentage, brokerage fee, or any gift of any kind contingent upon or resulting from the award of this Agreement. SECTION XXVII - CONSTRUCTION OF AGREEMENT: This Agreement shall be construed and enforced according to the laws, statutes and case laws of the State of Florida. SECTION XXVIII - SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors, and assigns. - t. SECTION XXIX - INDEMNIFICATION: f Towing Agency shall indemnify and save City harmless4from 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. 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. -11- 8'7-2.5" r (2) Towing Agency is aware of the conflict of interest laws of the City of Miami (Miami City Code Chapter 2, Article V), Dade County, Florida (Dade County Code, Section 2-11.1) and the State of Florida, and agrees that it shall fully comply in all respects with the terms of said 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. 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 shall in no way be obligated and shall 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. SECTION XXXIV - MINORITY/WOMEN PROCUREMENT COMPLIANCE: Towing Agency acknowledges that it has been furnished a copy of Ordinance No. 10062, entitled the Minority and Women Business Affairs and Procurement Ordinance of the City of Miami, Florida, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. SECTION 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, -12- 97- 25Z7 - 2 y. 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 XXXVI - 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 t-he 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. ® 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, N.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 this contract. The policy or policies of insurance required shall be written in a manner such that they may not be canceled or materially Ghanged without 30 days advance written notice to the City of Miami General Services Administration Department. 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. 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 -13- 8 7-25Z 37-�5 ATTEST: MATTY HIRAI BY 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: Division of Risk Management APPROVED AS TO FORM AND CORRECTNESS: LUCIA A. DOUGHERTY City Attorney 87-252 Ln! 11 L l i CITY OF m1A.4I, FLORIDA sr? NO SPECIFICATIONS/ZONE LOCATIONS _ 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, THE SPECIAL PROVISIONS SHALL GOVERN. 2, ( a�,TtaN nF WcRK: ZONES ...... THE ZONES COVERED IN THIS AGREEMENT ARE AS DEFINED BELOW AND PER THE' ATTACHED MAP OF SAME: 70tlF I NORTH t C I TY LIMITS EAST: To BISCAYNE BAY, INCLUDING WEST -END OF BRIDGE ON 79 STREET CAUSEWAY, PRIOR TO NORTH BAY VILLAGE, CITY • LIMITS. SOUTH: NORTHSIDE OF N.E. 46 STREET AND N-W. 46 ST, BUT NOT INCLUDING 46 STREET WEST: CITY LIMITS ZQUF It NORTH: TO INCLUDE N.E. 46 STREET AND N.W. 46 STREET EAST: To BISCAYNE BAY SOUTH:- TO NORTHSIDE OF N.E. 20 STREET AND N.W.20 STREET, BUT NOT INCLUDING 20 ST. WEST: CITY -LIMITS. INCLUDING N.W. 36 STREET STRIP TO RAILROAD TRACKS, CMM 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 AVE. AND N.W; 20 STREET MEET. s ZOLNE IV NORTH: EAST: SOUTH: WEST: NE V NORTH; EAST: SOUTH: WEST: ZONE KI NORTH: EAST: So UTH : EST. To N.W. 20 STREET, WEST OF 27 AVENUE SOUTH SIDE OF MIAMI RIVER TO N.W. 17 AVENUE, BUT NOT INCLUDING 17 AVENUE. FLAGLcR STREET WEST OF 17 AVENUE TO 37 AVENUE, S.W. H STREET WEST OF S.W. 35 AVENUE CITY LIMITS, INCLUDING TAMIAMI CANAL ROAD. MIAMI RIVER TO BISCAYNE BAY, INCLUDING RICKENBACKER CAUSEWAY TO MIDDLE OF SECOND BRIDGE, AND VIRGINIA KEY. TO BISCAYNE BAY, INCLUDING CL.AUGHTON ISLE, To N.W. AND S.W. 17 AVENUE INCLUDING 17 AVENUE. FLAGLER STREET EAST OF 37 AVENUE, TO S.W. 17 AVENUE BUT NOT INCLUDINZ 17 AVENUE. TO BISCAYNE BAY, INCLUDING FAIR ISLE TO NORTH PROSPECT DRIVE. CITY LIMITS. i 87-252 L y1'i • T0,'I I I+G SE.RV I CE ZONES 93 a 87 CITY• OF Mil *11, FLORIDA > 80 St <t •71St. m 4 a� 46 S t. o, 36 St. 33 St. c 20 St. v 20 St. NIP �v .4 F•lagler St. c — 5.;�. 8 St. M v •h • l•'! dl ai a F% VA • KEY win zo v+ c7 v a, Q N Q • N Prospect Dr. I I I i � l III IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 7 TO TO o o � � e ■ f i f TOW ♦ STORAGE AUTNONllED aw MLL FV& UME START TOTAL VILE. p RICENED By PAW r. 6 all. SATE __ ---- fEl ----- C W tT WUIT upepAvolt fusee ROAD S. f.twv►GE t IIIE MATEM IA - DIVES STORE ctre ., ... ..... GE:tEitAL. 1. ;:o vQnJor uIll be permitted to begin work pursuant to any purchaae order unless they have obtained insurance coverage as--pecifi:d below. Vendors should review these requirements carefully as no modification of the rcquircnont3 will be nade after conclusion of the hidding process. 2. Ail required insurance shall be written on an occurrence basis unless ct'herwise specified. 3. If the vendor is required to name the City as an Additional Insured on their nclicy or policies, it is the intent of the City that the required coverage shall be primarily in the event of any loss arising out of perils or hazards cr.vered by those policies. 4. All insurance policies required must be written by a company or companies rated at least "A" a3 to management and at least "Class Y" as to financial strength in the latest edition of the 0etit'3 Insurance Guide, published by Alfred M. Best Co., Inc., Fulton Street, New York, 14. Y. S. The successful vendor will be expected to furnish a Certificate of Insurance to the City clearly indicating conformance with these requirements. Certificates should be forwarded to: City of Miami finance Department/RISK MANAGEMENT DIVISION 03 S-11. ist Street Miami, Fl. 33130 6. Any questions pertaining to insurance requirements should be directed to the Risk. Management Division at the above address, or telephone 579-6050. COVERAGE REQUIRED: 1. LIABILITY: The vendor shall obtain and maintain*in force for the length Of this agreement Comprehensive General Liability Insurance Coverage or its equivalent with at least a combined Single limit of 5500400.00 oer occurrence for bodily injury and property damage liability. 2. COVERAGE: The following extensions of liability coverage Chall' be included in the required policy or policies: Coverage Limits , Fro ucts and Completed Operations CSL ' Broad Form Property Damage CSL 3. t:ORNERS COMPENSATION: The contractor shall obtain and maintain in toree during the life —of this agreement Worker's Compensation inaurance' as required by chapter 440, Florida Statutes. 4. CJ.`CELLATION OR MODIFICATIONs The Or required shall be written in a manner that )Olicfes Of insurance may not be cancelled or materially changed without policy or policies written notice to the City of Miami. written notice a a- 1� 1 be advancen Risk e13n4gement Divi3ion/Department of Finance, at the above address. S. AWITIONAL INSURED ENDORSC.%11rNT; ll I be srdorse co namme the City ofAMiamlaaai an Additional policies Shall rAciciitiOnal Insured endorsement may be qualified to restrict the rigs of the City of Miami as ari insured to those hazards within the a Of e scope the contract. p 876.252 37 - 31 J-OS-94* 10/11/95 s ORDINANCE N0. 10 0_6_2 0 44 ORDINANCE REPEALING ORDINANCE NO. 9775, THE MINORITY 2ROCUREMENT PROGRAM ORDNANCE OF THE CITY OF .MIAMI. FLORIDA AND SUBSTITUTING THEREFOR A NEW MINORITY PROCUREMENT PROGRAM ORDINANCE TO BE KNOWN AND CITED AS "TNE MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT ORDINANCE OF THE CIT1 OF MIAMI, FLORIDA,* ESTABLISHING A MINORITY AND WOMEN BUSINESS AFFAIRS PROCUREMENT PROGRAM AND COMMITTEE; PROVIDING FOR THE CREATION BY THE CITY MANAGER OF AN OFFICE OF MI40RITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT; FURTHER SETTING FORTH' A GOAL OF AWARDING AT LEAST 51 PERCENT OF THE CITY'$ TOTAL ANNUAL DOLLAR VOLUME OF ALL PROCUREMENT EXPENDITURES TO BUSINESSES OWNED BY 3LACKS (115). HISPANICS (17`:1, AND WOMEN (175); AUTHORIZING THE CITY MANAGER TO PROVIDE FOR MINORITY AND WOMEN-OWNEO BUSINESS ENTERPRISE PROCUREMENT SET -ASIDES AND CONTRACT PROVISIONS; PROVIDING FOR THE DEVELOPMENT OF PROCEDURES, MEASURES AND RESOURCES TO IMPLEMENT SAID PROGRAM, GOALS AND OBJECTIVES; AND CONTAINING A SEVERABILITY CLAUSE. WHEREAS. Ordinance No. 9775 dealing with minority 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 adGoting and substituting therefor the herein Minority and Women Business Affairs and Procurement Ordinance is authorized pursuant to the Charter of the City of Miami, Sections 52 and 51; and the Municipal Home Rule Powers Aft of 1973, Chapter 156.001 et sea.. Florida Statutes, as amended; and WHEREAS. the U.S. Supreme Court has upheld Dade County Ordinance No. 92.47. adopted July 20. 1994, restricting bidding on Construction projects to 91ack-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 1971 and 1981; and WHEREAS, this Ordinance will prevent the perpetuation of the effects of prior unwarranted discrnmination which has 1 13 7-252 37 - 3z heretofv impaired. limited or foreclo 0 procurement and contracting opportunities for businesses owned by 014cks, Hispanics and Women with the City of Miami; and WHEREAS, the City of Miami has established a• policy of constructive affirmative action to eliminate Substan tIaIIy the effects of prior discrimination; and WHEREAS, the proposed Minority and Women Business Affairs and Procurement Program and Poi i ey contains requirements: (a) that thole who Contract with the City Of Miami In the areas Of procurement 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; and ibt that such city contractors have. and implement 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 will 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 goals, objectives. administrative procedure and resources; and adopt legislation remedying the affected Hispanic, Black and Womep" owned businesses; NOW, THEREFORE, BE IT ORDAINED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section t. 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 terms phrases, words, and their derivations shall have the following meanings: , 2 ^C362� 87-2S2 37 — 33 fluslness rntervelse means y corporation, partnersnly. IndivlduJI. saIproorieturshib, joint stock company, joint venture, professional asiOClation or any other legal entity that is properly licensed to do business with the City of Miami and/or Oade County and/or the State of Florida. B. Minority and Women -Owned Business Enterprise means a business enterprise in which at least 51 percent of said enterprise is owned by Slacks, Hispanics or Women whose management and daily business operations are controlled 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 Miami. 0. Facilities means all total or partial publicly financed projects Including, but without limitation, unified development projects, municipal publie works and municipal improvements to the extent they are financed with City money, - utilise 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 term which will be used to designate a given purchase or contract or a portion of a gi-In 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 _ Slack, Hispanic and/or Women -owned businesses to afford effective competition for the purchase. H. Joint Venture shalt mean an association of persons or legal entities with the intent to engage in and carry out a single business enterprise for profit. 3 :4)06 44 s • 87-252 Procurement E;oentli Lures sh,; mean a purchase, _...__.. 61 a*rihutian_ loan or advance f� the purpose of acquiring or providing goads and services. J. . Affirmative Action Plan sha11 Include the projected annual goals and the timetaoles which will be used to employ and/or procure with women and minorities a non. discrimination policy statement and any other actions .hich will be used to ensure equity in employment and the utilization of minority and female.owned businesses. Section 3. A Minority and Women 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 Minority and 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. B. The City Manager shall, utilizing existing resources, create an Office of Minority and Women Business Affairs and Procurement; and shall provide the appropriate 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 1(!()a2z �_ 35 197-252 3 OMMMW 14, a• ihv vb;•:Ctive of the City I achieve a goal of awar•jing a minimum of 51: of the total annual dollar volume of all procurement expenditures to Olacks, HispAnfCs and Women. owned business enterprises to to apportioned as follows: seventeen percent (17%) to Olacks, seventeen jarcent (17%) to Hispanics and seventeen percent (17.) to '40men.1 A. To further the goal of increasing the total annual volume of all procurement expenditures to minority and women. owned business enterprises, authority for a minority and women. owned business enterprise procurement set -aside is hereby established for use by the City Manager as he or she may deem advisable or necessary to increase the participation of Black, Hispanic and Women owned businesses in City procurement contracts. B. It shall be mandatory for all City of Miami contracts and/or procurement award •documents to contain the following; - (1.) A specific reference to the a0clicabf1fty 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 individuals) and/or business enterorise(s) 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; (3.) 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 that the bidder or offeror, during the 1 Women, depending upon their own annual self-selection, shalt be listed in Only one (1) 0 the categories: race. ethnicity. gender. , 5 10o� 2 8'7252 3 - 3b — ,ae: course 1% time involved in the performarA of the contract sought b,.such bidder or offeror. shall not discriminate against any business. employee or applicant for employment because of age, ethnicity. race, creed, color. Wiliam, sex, national origin, handicap or aarital status; (0.) A statement of the extent to which trio 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. (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. subcontractors, suppliers or other parties tt the bid or proposal shall also be required to submit such plans. (G.) 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 a. Except where federal or state law or regulations mandate to the contrary, the provisions of this section will be applicable to all City of Nfami, 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 herefn shall no longer be observed. Such need shall be reviewed every two years by the City Commission, upon, the , recommendation of the City Manager. Section a. Ordinance No. 977s. the Minority Procurement Program Ordinance of the City of Miami. Florida. is hereby repealed. 5 1 006 V. 87-252 37 - 3 7 • ectlun 1. Shoul.l ,Wpart Or OrOvis14 of th14 OrdinanCa be iecl� by a Court of competent juri;dl�an to be Invalid. ;amp ;nall not affect thsr validity of the Ordinance as a whole. PASSED ON FIRST RENDING OY TITLE ONLY this day of :tovolnbur PASSED AND ADOPTED ON SECONO ANO FINAL READING SY TITLE ONLY this 19th day Of zScamber 190S. ATTEST: 4UAR4, Nor i, City Clerk PREPARED AND APPROVED BY: Deputy city —Attorney APPROVED AS TO FORM AND CORRECTNESS: /� -;r &Zv ' City Attorney . AOJ/wpc/pb/ab/8I56 7 L0e5.Z: 87-252 3IU ;k). RESOLUTION OF PRo,rE`STS (City Code Section la Rig t to Protest. Any actual or prospective contractual party wllo eals aggrieved in connect ion w i th tip: solicitation of award of a' contract :lay protest to the chief procurement officer. The protest shall be submitted in writing within fourteen (14) days alter such aggrieved party knows or should 'nave known the facts giving rise to the action complained of. (b) Authority to resolve protests. The chief procurement o: iczr shall have the authority, subject to the approval of the city manager and the city attorney, to settle ar.%& resolve a protest of an aggrieved actual or prospective contractual party concerning the solicitation or award of the contract in question. Provided that in cases involving moref than four thousand five hunched dollar ($4,500.00), the decisions of the chief .procurement officer must be approved by the city commission after a recommendation by 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 amount involved is greater than four thousand five hundred dollars ($4,500.00), sul;mit a decision to the city commission within thirty (30) clays after lie receives the protest. (c) Compliance with time requirements. Failure of an aggrieved party to sub:ait a protest within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to complain and shall bar any legal action therefor by such party. Failure by the: city 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 sec,.ion and to institute legal action immediately. (Ord. No. 95i2, 6 1, 2-20-83) . 87-252 37 - 39 ---------- owAR."lUs ' AND :X.% City of mxam) Code i4c:. Lti-54. "a (a) Authority and rAirenent to debar and suspend. After :nasonahle notice to an actual or prospe%tive contractual grey, arc] after reasonable opportunity to such party to be heard, ttce c:ey tanager. after conc;ultation with the chief procurement officer and city attorney, shall have tho authority to debar a contractual -.a,tv for the cause:li3tad balec4 from conaideration for award ai city contracts. Ilia debarment -hall be for a period of rot fawe_ three (3) leas. .he city, aanager shall also have the authority to suspend a contractor from considerationu for award of city contracts i= there is a probable cause for debarment, pending the debarment detersination, the authority to debar and suspend cantractor3 shall be exercised in accordance with regulations which shall to issued by the chief procurement oilier a=tar approval by the city manager, the city attorney, and the city commission. (b) Causes for debarment or suspension include the follewinq: I. Conviction for commission of a criminal oflanso incident to obtaining or attempting to obtain a public*or private contract or Subcontract, or incident to the performance of such contract or subcontract; 2. Conviction under state or federal statute* of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a loci: of business integrity cc business honesty; 3. Conviction under state or federal antitrust statutes arising cut of the submission of bids or proposals: a. Violation of contract provisions, which is regarded by tho chit-' procurement officer to be indicative of nonresponsibility. CL:ch violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perforce caused by acts beyond the control of a party shall not he considered a basic for debarment or suspension: S. Debarment cc ourpension of the contractual party by any Ccdcral. state or other governmental entity; 6. Fare certification pursuant to paragraph (c) below: or 7. Any other cause judged by the city manager to be so serious and compelling as to affect the responsibility of the contractual party conforming city contracts. (c) Certification: All contracts for goods and service„ and leases by the csty shall contain a certification that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above, or debarred or suspended as scat forth in paragraph (b)5. Company names Signature: (RE=RN WITH BID SHEET) gate: FAILURE TO COMPLETE, SIGV,, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. 0 0 � CITY OF MIAMI, FLORIDA 37 INTEROFFICE MEMORANDUM To. r•s, 5 i987 The Honorable Mayor and Members DATE: FILE: of the City Comm' sion Resolution Authorizing SUBJECT! Issuance of a Request for Proposals for Tow = Services FROM: Cesar H. Odio REFERENCES: 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 towing and wrecker services to the City of Miami. 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 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 towing services to the Police Department, the Department of Off Street Parking, and the Department of Fire, Rescue and Inspection Services. The commission should be aware that industry representatives remain in disagreement with portions of the Sample Agreement and RFP, primarily the rate schedule as presented. Several meetings, which included representatives from all affected organizations, have'not resulted in consensus on these issues. Attachments cc: Law Department 8 7r25.2