Loading...
HomeMy WebLinkAboutExhibit 5City gi. Miami Towing Services RFO 04-05-0 54R ATTACHMENT D Tow Truck / Wrecker Definition & Equipment Requirements A. CIass "A " Wrecker: 1. Commercially manufactured unit with a rated capacity of not less than 10,000 pounds GVW. 2. Cab to axle dimension of not less than 60 inches. 3. Dual rear wheels. 4. Commercially manufactured boom with minimum capacity of 8,000 pounds. 5. Hydraulic winch (es) with a minimal winching capacity of 8,000 pounds. 6. One hundred (100) feet of 3/8-inch steel core cable. 7. Wheel lift with a retracted rating of not less than 3,500 pounds and an extended rating of not less than 2,000 pounds. 8. Tow sling or tow bar with a safe lift rating of 3,500 pounds. 9. Two (2) 3/8 inch high-test safety chains. 10. Dolly equipped. 11. One (1) motorcycle sling. B. Class "A " Slide Back Car Carrier (also referred to as Flatbed): 1. Commercially manufactured unit with a rated capacity of not less than 10,000 pounds GVW. 2. Cab and axle dimension of not less than 102 inches. 3. Dual rear wheels. 4. Seventeen (17) feet or longer hydraulically operated slide back or tilt bed. 5. Hydraulic winch (es) with a minimal capacity of 8,000 pounds. 6. Sixty-five (65) feet of 3/8 inch steel core cable. 7. Two (2) tie down chains, each ten (10) feet in length. 8. Two (2)-safety chains. Class "B" Wrecker: 1. Commercially manufactured unit, with a rated capacity of not less than 18,000 pounds GVW. 2. Cab to axle dimension of not less than 84 inches. 3. Commercially manufactured boom (s) with a minimum total capacity of 16,000 pounds. 4. Winch (es) with a minimal winching capacity of 16,000 pounds. 5. Two Hundred (200) feet of inch steel core cable. 6. Under reach with a retracted rating of not less than 10,500 pounds and an extended rating of not less than 8,500 pounds. 7. Tow sling with a safe lift rating of 8500 pounds. 63 City of tVliami Towing Services RFQ 04-05-054R 8. Two (2) 5/16-inch alloy safety chains. 9. Tow sling or tow bar equipped. 10. Two (2)-Snatch blocks, minimum 8000 pounds capacity each. 11. Two (2)-Scotch Blocks or Hydraulic Stiff Legs. 12. Brake lock or Air brakes. Class "B" Slide Back Car Carrier: (also referred to as flatbed) 1. Commercially manufactured unit, with a rated capacity of not less than 20,000 pounds GVW. 2. Cab to axle dimension of not less than 138 inches. 3. Dual rear wheels. 4. Twenty one (21) feet or longer hydraulically operated slide back or tilt bed. 5. Hydraulically operated winch (es) with a minimum winching capacity of 8,000 pounds. 6. Sixty-five (65) feet of 3/8 inch steel core cable. 7. Two (2) tie down chains, each ten (10) feet in length. 8. One (1) snatch block, minimum 8,000 pound capacity. 9, Four-way lug wrench. 10. One (1) pair of jumper cables. Class "C" Wrecker: 1. Commercially manufactured unit, with a rated capacity of not less than 30,000 pounds GVW. 2. Cab to bogey dimension of not less than 144 inches. 3. Commercially manufactured boom (s) with a minimal total capacity of 50,000 pounds. 4. Winch (es) with a minimum total winching capacity of 50,000 pounds. 5. Two hundred (200) feet of 5/8-inch steel core cable per winch. 6. Under reach with a retracted rating of not less than 25,000 pounds and an extended rating of not less than 12,000 pounds. 7. Rear support jacks or outriggers. 8. Two (2) 1/2 inch alloy safety chains. 9. Tow bar or tow sling equipped. 10. External air hookup and hoses to supply air to disable vehicles. 11. Two (2)-snatch blocks, minimum 24,000 pound capacity each. 12. Two (2)-scotch blocks or Hydraulic Stiff Legs. 13. Spring brake - Air Brakes. Class "D" Wrecker: 1. Commercially manufactured unit with a rated capacity of not less than 52,000 pounds GVW. 2. Cab to bogey dimension of not less than 180 inches. 3. Commercially manufactured boom (s) with a minimal total capacity of 70,000 pounds. 4. Winch (es) with a minimal total winching capacity of 70,000 pounds. 5. Two hundred (200) feet of 3 inch steel core cable per winch. 6. Under reach with retracted rating of not less than 45,000 pounds and an extended rating 64 City of Miami Towing Services RFC? 0I-05-051J? not less than 15,000 pounds. 7. Rear support jacks or outriggers. 8. Two (2) ''A inch alloy safety chains. 9. Tow bar or tow sling equipped. 10. External air hookup and hoses to supply air to disabled vehicles. 11. Two (2) snatch blocks, minimal 24,000 pounds. 12. Two (2)-scotch blocks or Hydraulic Stitt legs. 13. Spring brake — Air brakes. Additional Mandatory Equipment on all Wreckers: The following requirements are the minimum requirements, which must be satisfied with respect to each piece of equipment, as specified. Any Proposer whose equipment fails to meet the following requirements will have a period of ten (10) calendar days after the inspection in which to correct deficiencies. If deficiencies are not corrected by the date of the final inspection, Proposer shall be deemed disqualified and its response will be rejected. 1, 50 pounds of white fine sand or medium oil adsorbent clay or sand equivalent. 2. Heavy-duty push broom with a minimal width of 24 inches. 3. At least two (2) safety cones, or triangle reflectors. 4. One (1) square shovel. 5. Extra towing chain — 6 to 8 feet with hooks. 6. One (1) crowbar or pry bar - 30" or longer. 7. Minimum of one (1) fire extinguisher, minimum 5 pound CO2 or dry chemical, underwriter approved and with current inspection tag attached. 8. One extension cord of sufficient length for use in displaying a light to the rear of a towed vehicle when such vehicle is without capability of providing its own lights. 9. Five (5) 30 — minutes fuses and all clearance lamps head lamps, tail lights, and flares necessary to comply with the Florida State Statutes. 10. One (1) set of tools for opening locked vehicles. 11. Sufficient assortment of tools necessary to change tires, drop drive shafts, unlock doors, pull transmission pins or perform similar functions in preparation of towing a vehicle. This should include at least one set of jumper cables and one pair of bolt cutters with a minimum 'A inch opening. 12. A rotor beam or strobe light mounted on the wrecker so it can be seen when in use from front, and rear and both sides. This shall reflect an amber light. 13. Two (2) Floodlights facing the rear on wrecker. 14. Towing Agency business cards. 15. All tow truck drivers shall be equipped with a business type communication radio, licensed and approved by the Federal Communications Commission if required. 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. 65 City of' Miami Towing Services RFO 04-05-0?4R Attachment E MIAMI POLICE TOW LOG Wrecker Co. Case Number Date Location Towed From L This log must be turned in with monthly administrative payment. * Note: Towing firms are to complete the Miami Police Tow Log, on a per tow basis. Towing companies may utilize their own Log if it reflects all documentation contained within the Miami Police Tow Log. In addition, a separate log for the towing of disabled City -owned vehicles must be prepared and submitted monthly with corresponding invoices to GSA Fleet Management Division. Rc?diBlcrck 66 City of Miami, Florida Towing Services RF4 04-05.054R ATTACHMENT F MIAMI POLICE ADMINISTRATIVE PRIOR'MONTH RELEASE REPORT REPORT DATE: To: City of Miami Police Department Attn: Sgt. Luis Cabrera Police Property Unit / Towing Detail 400 N.W. 2 Avenue, 151 Floor Miami, Fl. 33128 Please indicate a breakdown of "Vehicles Pending,Release" for the month & year of: NUMBER OF VEHICLES PENDING RELEASE LESS: CERTIFICATES OF DESTRUCTION (Copies Enclosed) LESS: TITLE SURRENDER (NO CHARGE) (Copies Enclosed) SUBTOTAL: REMAINING VEHICLES: RELEASED VEHICLES ( @$25.00 EACH) $ CHECK ENCLOSED No. , dated In the amount of $ 67 City of Mum;, Florida Towing Services RFQ 04-05-054R ATTACHMENT G MIAMI POLICE TOWING AllMINISTRATIVE FEE REMITTANCE REPORT REPORT DATE: 1 City of Miami Police Department Attn: Towing Detail 400 N.W. 2 Avenue Miami, Fl. 33128 The following administrative fee information is provided for the month & year of: Finance Invoice No. CURRENT MONTHLY REPORT NUMBER OF VEHICLES TOWED LESS: VEHICLES PENDING RELEASE SUBTOTAL: LESS: CERTIFICATES OF DESTRUCTION (Copies Enclosed) ' LESS: CITY POUND LESS: CANCELLATIONS LESS: NO RECORD OF TOWS LESS: OTHER (EXPLAIN) TOTAL POLICE TOWS: ( _�@ $25.00 EACH) PRIVATE PROPERTY TOWS: ( )@ $15.00 EACH) CHECK ENCLOSED No. , dated In the amount of $ NOTE: DOCUMENTATION MUST BE PROVIDED FOR ALL DEDUCTIONS INCLUDING SHOWING THE SPECIFIC CASE NUMBERS THAT ARE CANCELLATIONS OR NO RECORD. 68 City of Miami, £lorrua Towing Services Rf ( 04-05-054R 6.0. RFQ Response Forms - CHECK LIST This c.iiecklisi is provided to help you conform with all form/document requirements stipulated in this RFQ. Submitted With Proposal 6.1 RFQ Information Form YES This form must be completed, signed, and returned with Proposal. 6.2 Certificate of Authority, to be completed, signed and returned with Proposal. YES 6.3 Insurance Requirements Acknowledgment of receipt of information on the insurance requirements for this YES RFQ. (Must be signed). 6.4 Local Office Affidavit, if applicable YES 6.5 Debarment and Suspension Certificate (must be signed) YES 6.6 Statement of Compliance with Ordinance 10032 YES 6.7 Proof of current M/WBE Certification by City, if applicable YES 6.8 Conflict of Interest, if applicable YES 6.9 Complete Response with all required documentation. YES 69 City of Miami, Florida Towing Services RFQ 04-05-054R 6.1. RFQ information Form issue Date: May 27, 2005 Buyer: Pamela Burns, CPPB RFQ No.: 03-04-157 .__ _ Email: pburnaci.miami.il.us Responses must be received by: Wednesday, June 22, 2005 at 2:00 P. at the Office of the City Clerk, 3500 Pan American Drive, Miami, Florida 3313155+ Commodity Codes: 959-84; 968-90 TERM CONTRACT TOWING SERVICES RFQ NO. 04-05-054R I certify that any and all information contained in this Proposal is true; and I further certify that this Proposal is made without prior understanding„ agreement, or connections with any corporation, firm or person submitting a Proposal for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. ',agree to abide by all terms and conditions of the RFQ, and certify that I am authorized to sign for the Proposer. Please print the following and sign your name: choice) I propose to provide the Towing Services in: Zone (first nfirst d choice) Zone Zone (third choice) Firm's Name: Telephone: Cell Phone: Principal Business Address: Fax: E-mail address: Mailing Address, if different from above: Location of Office and Storage Facility: Number of Years at that Location: Name: Title: Authorized Signature: 70 City of riliumi, F7nricin Towing Services RFQ 04-05.054R STATE OF COUNTY OF ) ) SS: 6.2 CERTIFICATE OF AUTHORITY {1F CORPORATION) I HEREBY CERTIFY that a meeting of the Board of Directors of the a corporation existing under the laws of the State of , held on , 20 the following resolution was duly passed and adopted: "RESOLVED, that, as President of the Corporation, be; and is hereby authorized to execute the Proposal dated, , 20 , to the City of Miami and this corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this day of ,20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE. 71 Cry n/Minmi, Florida 7 owing Services RFO 04-05-054R STATE OF ) SS: COUNTY OF CERTIFICATE OF' AUTHORITY (I)' PARTNERSHIP) I HEREBY CERT1FY that a meeting of the Partners of the organized and existing under the laws of the State of , held on , 20 , the following resolution was duly passed and adopted: "RESOLVED, that, , as authorized to execute the Proposal dated, 20 and that their execution thereof, attested by the shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. of the Partnership, be and is hereby , to the City of Miami and this partnership IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE. 72 Ciry nj Miami, Florida towing Services RFC) 04-05-054R CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) STATE OF ) ) SS: COUNTY OF ) 1 HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of , held on , 20 , the following resolution was duly passed and adopted: "RESOLVED, that, as of tl,e Jcint Ver1tui•a be and is hereby authorized to execute the Proposal dated, 20 , to the City of Miami official act and deed of this Joint Venture." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand this , day of ,20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISOUALIFY YOUR RESPONSE. 73 City of rl9iam4, 1r7urida Towing Services RFQ 04-05-054R CERTIFICATE OF AUTHORITY (if Individual) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that as an individual, 1 (Name of Individual) and as a dfb/a (doing business as) (if applicable) -exist under the la'hs of -the Stat:. of Florida, "RESOLVED, that, as an individual and/or d/b/a (if applicable), be and is hereby authorized to execute the Proposal dated, , 20 , to the City of Miami as an individual and/or d/b/a (if applicable) and that my execution thereof, attested by a Notary Public of the State, shall be the official act and deed of this attestation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of Notary Public this , day of , 20 NOTARY PUBLIC: Commission No.: I personally know the individual/do not know the individual (Please Circle) Driver's License # (SEAL) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISOUALIFY YOUR RESPONSE. 74 Coy of Miami, Floricia Towing Seri'ices RFU 04-05-054R 6.3 indemnification and insurance INSURANCE REQUIREMENTS FOR A CERTIFICATE OF INSURANCE- TOWING/AUTOMOTIVE REPAIR SERVICES The awarded Successful Proposers shall furnish Certificate(s) of Insurance which indicate insurance coverage has been obtained which meets the requirements as outline below: Commercial General Liability Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $500,000 General Aggregate Limit $1,000,000 Products/Completed Operations $500,000 Personal and Advertising Injury $500,000 Endorsements Required City of Miami included as an Additional Insured Employees included as insured Independent Contractors Coverage Contractual Liability Waiver of Subrogation Premises/Operations Broad Form Property Damage Business Automobile Liability Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto Including Hired, Borrowed or Non -Owned Autos Any One Accident $ 500,000 Endorsements Required City of Miami included as an Additional Insured Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of subrogation 75 City of &linmi, Florida TOWing Service's RFC) O t-05-054R Employer's Liability A. Limits of Liability $100,000 for bodily injury caused by an accident, each accident. $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit Garage Liability including Keepers Legal Liability A. Limits of Liability $ 500,000 B. Deductibles Comprehensive Each Auto $1,000/$2,500 Max Collision or Upset Each Auto $1,0001$5,000 Max All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "A" as to management, and no Icss than Class "V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its Equivalent subject to the approval of the City's Department of Risk Management. Certificates of insurance will indicate no modification or change in insurance without (30) days in advance notice to the certificate holder. Certificate Holder Must Read: City of Miami 444 S.W. 2" Avenue Miami, Florida 33130 BINDERS ARE UNACCEPTABLE. Compliance with the foregoing requirements shall not relieve the Successful Proposer(s) of his liability and obligation under this section or under any other section of this Agreement. The Successful Proposer(s) shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Successful Proposer(s). --If insurance certificates are scheduled to expire during the contractual period, the Successful Proposer(s) shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. 76 City n/ 4liumi, Florida Towing Services RI O 04-05-054R --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: A) Suspend the Contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the RFQ. B) The City may, at its sole discretion, terminate the Contract for cause and seek re - procurement damages from the Successful Proposer(s) in conjunction with the violation of the terms and conditions of the Contract. The undersigned Proposer(s) acknowledges that (s)he has read the above information and agrees to comply with all the above City requirements. Proposer: Signature: (Company name) Date: Print Name: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE. 77 Girt ofFlur:dc Towing Services RFC) 04-05-054R 6.4. Local Office Affidavit Please 1};pe or print clearly. This Affidavit must be completed in full, signed and notarized ONLY if your office is located within the corporate limits of the City of Miami. Legal Name of Firm: Entity Type: (check one box only) [] Partnership 1( ti�le Pr:,pr;ctorsh:p [] Corporation Corporation Doc. No: Date Established: Occupational License No: Date of Issuance: Office Location PRESENT Street Address: City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: According to Ordinance No. 12271 (Section 18-85): The City Commission may offer to a responsible and responsive local bidder, who maintains a Local Office, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten percent (l0%) in excess of the lowest other responsible and responsive bidder. The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local bidders/proposers by this section. Authorize Signature Print Name Title Authorize Signature Print Name Title (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) STATE OF' FLORIDA, COUNTY OF MIAMI-DADE [] Personally known to me; or Subscribed and Sworn before me that this is a true statement this day of 200. ['Produced identification: Notary Public, State of Florida My Commission expires Printed name of Notary Public Please submit with your Response copies of Occupational License, professional and/or trade License to verify local status. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firms office location. 78 City of Miami. Horida Towing Services Rf O 04-05-0154R 6.5. Debarment and Suspension CITY OF ML4MI CODE SEC. 18-56.4 (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such part to be heard, the City Manaaer, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of city contracts. The debarment shall be for a period of not fewer than three (3) years. The City Manager shall also have the authority to suspend a contractor from consideration for award of city contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract; 2. Conviction under state or federal statutes of embeizlemeiit, theft, forge'ty—bribery, falsificaliurt or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty; 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or proposals; 4, Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension; 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity; 6. False certification pursuant to paragraph (c) below; or 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing city contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended 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 set forth in paragraph (b) (5). Company name: Signature: Date: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISOUALIFY YOUR RESPONSE 79 City oI , liami Florida Towing Services RFQ 04-05-054R 6.6. STATEMENT OF COMPLIANCE WITH ORDINANCE NO. 10032 Proposer certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032 (Section 18- 1 05 of the City Code) pertaining to the implementation of a "First Source Hiring Agreement." Propocr L;;,r,plctc and submit the following questions as par of the RFQ Propos:11 Violations of this Ordinance may be considered cause for annulment of a Contract between the Successful Proposer(s) and the City of Miami. A. Do you expect to create new positions in your company in the event your company was awarded a Contract by the City? Yes No B. In the event your answer to Question "A" is yes, how many new positions would you create to perform this work? C. Please list below the title, rate of pay, summary of duties, number of positions, and expected length or duration of all new positions which might be created as a result of this award of a Contract. 1) 2) 3) 4) 5) 6) 7) 8) (Use additional sheets if necessary) PROPOSER NAME: SIGNATURE/TITLE: DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISOUALIFY PROPOSAL. 80