Loading...
HomeMy Public PortalAboutResolution No. 24-018- Resolution accepting the proposal of King's Wrecker Service, Inc. for Citywide Towing ServicesSponsored By: Interim City Manager RESOLUTION NO. 24-018 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF KING'S WRECKER SERVICE, INC. FOR CITYWIDE TOWING SERVICES, PURSUANT TO RFP NO. 23-1019200 AND FURTHER AUTHORIZING THE INTERIM CITY MANAGER TO ENTER INTO AN AGREEMENT WITH KING'S WRECKER SERVICE, INC. FOR SAID SERVICES, IN AN AMOUNT NOT TO EXCEED SEVEN THOUSAND, FIVE HUNDRED DOLLARS ($7,500.00) AND IN THE FORM ACCEPTABLE TO THE CITY ATTORNEY; PROVIDING FOR ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on September 21, 2023, the City of Opa-Locka ("City") published Request for Proposals (RFP) No. 23-1019200 to obtain services for citywide towing services within the City; and WHEREAS, six (6) sealed proposals were received by the City Clerk's Office and certified by the City Clerk on October 23, 2023; and WHEREAS, an Evaluation Committee reviewed the proposals and subsequently selected King's Wrecker Service, Inc. as the most responsive responsible bidder; and WHEREAS, King's Wrecker Service, Inc. proposed seven thousand, five hundred dollars ($7,500.00) for the project; and WHEREAS, King's Wrecker Service, Inc. tows vehicles for over a dozen Police Departments in Miami Dade County and has several private property towing contracts. The company is also experienced in towing oversized loads, with an array of trailers and equipment to service towing requests; and WHEREAS, the City Manager shall provide the City Commission an evaluation report of the vendor's performance after ninety (90) days following the commencement of vendor's services; and WHEREAS, the City Commission finds that acceptance of King's Wrecker Service, Inc.'s proposal for Citywide Towing Services and entering into an agreement with said company, in an amount not to exceed seven thousand, five hundred dollars ($7,500.00), is in the best interest of the City of Opa-Locka and its residents. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA: Resolution No. 24-018 Janna Flores, City Clerk SECTION 1. The recitals to the preamble herein are incorporated by reference. SECTION 2. The City Commission of the City of Opa-Locka, Florida hereby accepts the proposal of King's Wrecker Service, Inc. relating to Request for Proposals (RFP) 23- 1019200, for Citywide Towing Services, and authorizes the Interim City Manager to enter into an agreement for same, in an amount not to exceed seven thousand, five hundred dollars ($7,500.00) and in a form acceptable to the City Attorney. SECTION 3. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager following review by the City Attorney and without need of public hearing, by filing a corrected copy of same with the City. SECTION 4. This Resolution shall take effect upon adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 10th day of January, 2024. TTEST: APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Buradette Norris -Wee s, P.A. City Attorney John H. Tylor Jr., Mayor 2 Resolution No. 24-018 Moved by: Commissioner Kelley Seconded by: Commissioner Bass VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES 3 EXHIBIT "A" MIAMI'DADE Department of Regulatory and Economic Resources Consumer Protection Division 601 NW 1" Court, 18th Floor Miami, FL 33136 Telephone: (786) 469-2300 Fax: (786) 469-2311 License@miamidade.gov TOWING RATES COUNTY MAXIMUM NON -CONSENT *PRIVATE PROPERTY* Private Property Impound Tow Class A $145.00 Rate if released on scene (drop rate) $72.50 Class B $208.65 Class C $296.50 Class D $377.50 No other fees may be imposed for the first 24 hours the vehicle is in the care, custody and control of the towing operator, except applicable storage fees, which begin to take effect once the vehicle has officially been stored on the grounds of the towing establishment. Pursuant to Section 713.78 (2), FL Statute, no storage fee shall be charged if the vehicle is stored for less than six (6) hours. Administrative Fees (After first 24 hours) Per vehicle All actual fees imposed by a state for obtaining pertinent ownership information, actual postage fees, and advertising fees per Section 713.78(15), Fla. Stat. $38.20 Maximum of $250.00 Daily Indoor Storage —vehicles 20' or less After first 6 hours (Chargeable in 24 -hour increments) Indoor storage rates may only be charged upon the direction and authorization of the owner, lien holder, insurance company representative, or investigating police agency. $33.90 Daily Indoor Storage — vehicles longer than 20' After first 6 hours (Chargeable in 24 -hour increments) Indoor storage rates may only be charged upon the direction and authorization of the owner, lien holder, insurance company representative, or investigating police agency. $54.65 Daily Indoor Storage — small personal vehicles (i.e., motorcycles, ATVs, scooters, etc.) After first 6 hours (Chargeable in 24 -hour increments) Indoor storage rates may only be charged upon the direction and authorization of the owner, lien holder, insurance company representative or investigating police agency. $16.20 Daily Outdoor Storage — vehicles 20' or less After first 6 hours (Chargeable in 24 -hour increments) $27.60 Daily Outdoor Storage — vehicles longer than 20' After first 6 hours (Chargeable in 24 -hour increments) $48.40 Daily Outdoor Storage — small personal vehicles (i.e., motorcycles, ATV's, scooters, etc.) After first 6 hours (Chargeable in 24 -hour increments) $13.65 Rates are effective as of October 01, 2023 1 Last updated 10/01/2023 96 KING'S WRECKER SERVICE, INC. MAXIMUM NON -CONSENT TOWING RATES *POLICE DIRECTED* Police Directed Tow Class A $149.00 Class B $22130 Class C $315.00 Class D $400.00 Per Mile Fee For Police Directed Tow (After first five (5) miles) Class A $4.03 Class B $4.67 Class C $6.26 Class D $7.43 Extra Time At Scene for Police Directed Tow Class A $37.25 Class B $55.38 Class C $78.75 Class D $100.00 First one-half hour to be included in the initial cost per call. Charges are 15 minute intervals, and must have the written documentation and approval of the investigating law enforcement agency/officer. Administrative Fees (After first 24 hours) Per vehicle All actual fees imposed by a state for obtaining pertinent ownership information, actual postage fees, and advertising fees per Section 713.78(15), Fla. Stat. $40.50 Maximum of $250.00 Daily Indoor Storage — vehicles 20' or less After first 6 hours (Chargeable in 24 -hour increments) Indoor storage rates may only be charged upon the direction and authorization of the owner, lien holder, insurance company representative, or investigating police agency. $36.00 Daily Indoor Storage — vehicles longer than 20' After first 6 hours (Chargeable in 24 -hour increments) Indoor storage rates may only be charged upon the direction and authorization of the owner, lien holder, insurance company representative, or investigating police agency. $58.00 Daily Indoor Storage — small personal vehicles (i.e., motorcycles, ATV's, scooters, etc.) After first 6 hours (Chargeable in 24 -hour increments) Indoor storage rates may only be charged upon the direction and authorization of the owner, lien holder, insurance company representative or investigating police agency. $17.20 Daily Outdoor Storage — vehicles 20' or less After first 6 hours (Chargeable in 24 -hour increments) $29.35 Daily Outdoor Storage — vehicles longer than 20' After first 6 hours (Chargeable in 24 -hour increments) $51.35 Daily Outdoor Storage — small personal vehicles (i.e., motorcycles, ATV's, scooters, etc.) After first 6 hours (Chargeable in 24 -hour increments) $14.45 Rates are effective as of October 01, 2023 2 Last updated 10/01/2023 97 wn KING'S WRECKER SERVICE, INC. Lowboy Services Tow Rate (hook-up and first 3/2 hour at scene) $314.50 Per Towed Mile After First Five (5) Miles $5.97 Extra Labor/Wait Time At Scene $78.63 Hazardous material clean-up (Class C & D Only) and disposal as required, mandated and/or licensed through state or local laws and approved by the investigating law enforcement agency/officer. Towing Company prevailing rates. Dollies — Class A (Except Private Property Tows) $47.00/per job Underwater Recovery Salvage Diver(s) First Hour/Per Diver $168.50 Each Additional 15 Minutes after the first hour/per diver $42.12 Charges are 15 -minute intervals and must be performed by a certified/professional diver with the written documentation and approval of the investigating law enforcement officer/agency. Rates are effective as of October 01, 2023 3 Last updated 10/01/2023 98 g KING'S WRECKER SERVICE, INC. City of Opa-locka Agenda Cover Memo p A City Manager: Darvin Williams CM Signature: i Short Title: A resolution authorizing the Interim City Manager to accept the proposal of King Wrecker's Service, Inc for the Citywide Towing Services pursuant to RFP No. 23-1019200 and further authorizing the Interim City Manager to enter into an agreement with King Wrecker's Service, Inc for said services. Staff Summary: The City is seeking qualifications from licensed and experienced towing firms to enter into an agreement for citywide towing services. On September 21, 2023, the City issued Request for Proposals (RFP) 23-1016200 and six (6) proposal submissions were certified by the City Clerk certified on October 23, 2023. King Wrecker's Service, Inc. tows for over a dozen Police Departments n Miami Dade County and several private property towing contracts. They also specialize in oversized loads, with an array of trailers and equipment to service all towing requests. The Interim City Manager shall accept the proposal of King Wrecker's Service, Inc and further enter into an agreement for citywide towing services. Services will be rendered and expended at the rate of the Miami Dade Fee Schedule and are subject to change annually. Financial impact: There is no negative fiscal impact for this. Proposed Action: Staff recommends the City Commission approve the recommendation for King Wrecker's Service, Inc and authorize the Interim City Manager to enter into an agreement with said company. Attachment: RFP No. 23-1019200 Bid Certification Bid Proposal Miami Dade Fee Schedule Joanna Flores, CMC City Clerk MEMORANDUM TO: The Honorable Mayor/City Commission Cc: Darvin Williams, Interim City Manager Burnadette Norris -Weeks, City Attorney FROM: Joanna Flores City Clerk DATE: October 30, 2023 Tele: (305) 953-2800 Email: jflores@opalockafl.gov SUBJ: RFP No. 23-1019200 — Citywide Towing Services Attached hereto you will find a copy of the Request for Proposals document and certification for the City of Opa-locka Request for Proposals (RFP) No. 23-1019200 — Citywide Towing Services. To save on costs associated with duplication, the original proposals will be available in the City Clerk's Office for review upon request, but only after a recommendation is released by the City Manager. If you have any questions, please let me know. END OF MEMORANDUM CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR PROPOSAL RFP NO. 23-1019200 CITYWIDE TOWING SERVICES I, Joanna Flores, City Clerk of the City of Opa-locka, Florida, do hereby certify that sealed proposal(s) were received by 2:00 p.m. on October 23, 2023 and opened at the Opa-locka Municipal Complex, 780 Fisherman Street, 4th Floor, Opa-locka, Florida, at 12:15 p.m. this 25th day of October, 2023. PROPOSAL(S) RECEIVED NAME/ADDRESS 1. Magic Towing & Recovery 7851 West 22"d Avenue Hialeah, FL 33016 Contact: Elisa L. Hassun, Vice President Tele: 305.826.5300 Email: magictowingAmsn.com 2. Alpine Towning Inc. d/b/a Galactic Towing 3500 NW 67 Street Miami, FL 33147 Contact: Larry Saravia, Owner Tele: 305.506.5798 Email: alpinetowing4(a yahoo.com 3. Midtown Towing 15700 NW 7th Avenue Miami, FL 33169 Contact: Michael Tur, President Tele: 305.754.1450 4. Kauff's of Miami, Inc. 2435 Ali -baba Avenue Opa-locka, FL 33054 Contact: Sean Loscalzo, Vice President Tele: 305.685.7593 5. King's Wrecker Service 1529 NW 29 37 Street Miami, FL 33142 Contact: Farah Fernandez, President Tele: 305.635.3170 Email: kingswreckermiamiAvahoo.com 6. Downtown Towing Company 301 NW 169th Avenue North Miami, FL 33144 Contact: Timothy Del Rosal, President Tele: 305.576.0989 Email: accounting(a�downtowntowning.com Website: www.downtowntowing.com Please note that the proposal from Alpine Towing Inc. was submitted via Demand Star (e -bid) and the proposal from Magic Towing & Recovery was submitted in person and via Demand Star (e -bid) and provided to the City Clerk by the City Manager's Office on October 19, 2023. I further certify that proposal(s) were submitted and properly opened in the presence of the following: ergel Jo nna Flores, CMC urement Officer Ci Clerk City of Opa-locka City of Opa-locka 2 By signing below, you are acknowledging receipt of the following proposals as submitted in response to the City of Opa-locka RFP No. 23-1019200 Citywide Towning Services. NAME OF COMPANY Copies / USB 1. Magic Towing & Recovery 7851 West 22"d Avenue Hialeah, FL 33016 Contact: Elisa L. Hassun, Vice President Tele: 305.826.5300 Email: magictowing(iimsn.com 2. Alpine Towning Inc. d/b/a Galactic Towing 3500 NW 67 Street Miami, FL 33147 Contact: Larry Saravia, Owner Tele: 305.506.5798 Email: alpinetowing4(a,yahoo.com 3. Midtown Towing 15700 NW 7th Avenue Miami, FL 33169 Contact: Michael Tur, President Tele: 305.754.1450 4. Kauff s of Miami, Inc. 2435 Ali -baba Avenue Opa-locka, FL 33054 Contact: Sean Loscalzo, Vice President Tele: 305.685.7593 5. King's Wrecker Service 1529 NW 29 37 Street Miami, FL 33142 Contact: Farah Fernandez, President Tele: 305.635.3170 Email: kingswreckermiamiavahoo.com DemandStar (E -bid) 6 Copies / 1 USB DemandStar (E -bid) 6 Copies / 1 USB 6 Copies / 1 USB 6 Copies / 1 USB 1 6. Downtown Towing Company 301 NW 169th Avenue North Miami, FL 33144 Contact: Timothy Del Rosal, President Tele: 305.576.0989 Email: accounting(udowntowntowning.com Website: www.downtowntowing.com Received by 7ui ior'Bergel, Purchasing 6 Copies / 1 USB Date 2 City of Opa-locka RFP NO: 23-1019200 REQUEST FOR PROPOSALS (RFP) CITYWIDE TOWING SERVICES CITY OF OPA-LOCKA RFP NO. 23-1019200 CITYWIDE TOWING SERVICES TABLE OF CONTENTS Subject Page Number Cover ... 1 Table of Contents 2 Advertisement 3 Part I - Proposal Guidelines 4 Part II - Nature of Services Required 9 Part III - Proposal Requirements 22 Part IV - Evaluation of Proposals 24 Proposer Qualifications 27 Price Proposal 28 Debarment, Suspension Certification 29 Drug -Free Certification 31 Non -Collusion Affidavit 32 Non -Discrimination Affidavit 33 E -Verify Form 35 CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP NO: 23-1019200 Citywide Towing Services Sealed Proposals for a towing service will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Thursday, October, 19, 2023 by 2:00 p.m. Any RFP Package received after the designated closing time will be returned unopened. The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-locka, Florida, and marked RFP for Citywide Towing Services. Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting the City's website at www.opalockafl.gov or www.demandstar.com. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFP NO: 23-1019200 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. Joanna Flores, CMC City Clerk CITY OF OPA-LOCKA RFP NO: 23-1019200 City Wide Towing Services PART I PROPOSAL GUIDELINES 1-1. Introduction: The City of Opa-locka is requesting proposals from qualified professional companies and firms to provide Towing Services. The City hereby requests proposals for the selection of one or more firms (collectively, the "Consultant" or "Respondent") to provide the services set forth in this RFP. 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is Proposer's responsibility to submit Proposer's proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 2:00 p.m. on October 19. 2023. The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO. 23-1019200 — Citywide Towing Services. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the City and will not be returned to the Proposer. The City cautions Proposers to assure actual delivery of mailed or hand -delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 688-4611 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on USB flash drive in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 4 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Request for Proposal. Proposers should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFP. 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The City may mail written addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFP opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFP does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff, the best proposal has been identified, approved by the appropriate level of authority within the City and executed by all parties. The City anticipates that the final Agreement will be in substantial conformance with this sample Agreement; nevertheless, Proposers are advised that any Agreement may result from the RFP may deviate from the Sample Agreement. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re - advertise for other proposals. 1-8. Contractual Agreement: This RFP and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. 5 The City reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP and must identify the data or other materials to be protected and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined, during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office for all news releases or other publicity pertaining to this RFP or the service, study, or project to which it relates. 1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self -insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); 2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); 3. Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); 4.The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); 5. Minimum 30 -day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing processes because they have been found guilty of a public entity crime. No public entity shall award any contract to or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate 6 was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-locka. 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Workplace (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the request for proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be affected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. 7 1.20 SCHEDULE OF EVENTS: The following schedule shall govern this RFP. The City reserves the right to change the scheduled dates and times at its sole discretion. No. Event Date Time (EST) 1 Advertisement/ Distribution of RFP (Cone 09/21/23 of Silence Begins) 2 Closing Date for Respondent Questions TBA 5:00 P.M. 3 City's Answers to Questions by TBA 5:00 P.M. Respondents 4 Proposals Due Date TBA 2:00 P.M. 5 Review of Proposals for Responsiveness TBA TBA 6 Recommendation to Commission TBA TBA 7 Commission Meeting to Select Consultant(s) TBA TBA and Approve Agreement(s) 8 PART II NATURE OF SERVICES REQUIRED 2.1 SCOPE OF SERVICES The City of Opa-locka is seeking qualifications from licensed and experienced towing firms to enter into an agreement for citywide towing services. The selected consultant shall provide the services, design, labor, materials, equipment, and all incidentals necessary, as further defined in Section 2 of this request for proposals (the "Services") to provide Citywide Towing Services within the City. The City intends to award a contract to the selected Consultant for the Services described in this RFP. The contract term is to be for an initial one (1) year period, with up to four (4) one-year option terms. The Respondent shall include all storage, refurbishment, and maintenance prices for each year of the contract. Contract scope includes the removal and storage of vehicles and equipment that are creating a traffic hazard, abandoned, disabled from a traffic crash, or for non-consensual removal of vehicles from public streets and areas within the City. The proposer will provide 24 -hour towing services, 365 days per year. The proposer will supply the City with priority services. The selected proposer/s will be given first call for all wrecker services requested by the City unless a motorist makes a specific request for another wrecker. Proposer shall specify in their proposal two (2) subcontractors that may be called upon to perform services in an emergency; subcontractor facilities and available equipment are subject to inspection by the City. If services are split between one or more towing firms, a staggered service schedule, at the direction of the City, shall be arranged and adhered to. Please note: Incumbent (current) firms contracted to provide Towing services to the City of Opa- locka shall submit a proposal package in accordance with this RFP to be considered as a part of the evaluation process. 2.2 REQUESTS FOR SERVICE All requests for service shall be made through the City of Opa-locka Police Department, Code Compliance Division, or Public Works Department. The City reserves the right to cancel a request for service at any time, including up to the time of hookup. All vehicles being towed to Proposer's storage compound shall be taken directly to that area. If after assessing an accident scene, the Police Officer or Aide determines the safety of the public requires immediate removal of the vehicle(s), or if the owner's requested tow service does not respond within a reasonable time, the proposer maybe required to remove the vehicle(s) to the side of the road or other safe area. If so, the owner of the vehicle so moved may be charged in accordance with the rate schedule. 2.3 REQUIRED RESPONSE TIME The proposer shall respond to the request for services within forty-five (45) minutes of the call for service. Proposer shall assess the call for service immediately, if the proposer is unable to meet their 9 obligation within the forty -five-minute time limit, the proposer shall immediately call the requesting department back and notify them that they cannot respond in a timely manner. The proposer shall call designated City -approved subcontractor to respond to the City's call. Subsequently, the City representative making the tow request shall be appropriately notified of the call's successful hand-off to subcontractor. 2.4 PAYMENT The City will not be responsible for the collection or payment of any charge for services rendered by reasons of having dispatched service in accordance with this contract unless such service charge is a City authorized special service. All other such services rendered shall be charged to the owner of the towed vehicle or other lawful claimant of possession. The motor vehicle owner and/or operator shall be responsible for payment of charges imposed by the Proposer in accordance with the contract rate structure. Proposer shall ALWAYS accept payment from the vehicle owner or authorized representative for charges in any of at least three (3) of the following forms: 1. Cash, money order, or valid traveler's check. 2. Valid credit card. 3. Valid personal check showing on its face the name and address of the vehicle owner or authorized representative. 4. Electronic funds transfer applications such as Paypal, Venmo, Zelle, or similar payment application. 2.5 ANCILLARY SERVICES Any ancillary services are to be performed only if required and appropriate. If any such charges are questioned by the City, and such ancillary services were not noted on the Vehicle Storage Receipt, it shall be the proposer's responsibility to prove the validity of such charges. 2.6 SPECIAL SERVICES If additional duties, like those herein, but not specified, are required by the City, and the firm is able to provide those special services, those services may be requested under this contract by authorized City staff. Examples of such special services could be removal of an aircraft from water or recovery of a large piece of City equipment from mud. In such instances, the City will depend upon the firm's experience in such matters and authorize the firm to assemble all necessary special equipment and staff, including use of subcontractors, to resolve the special or emergency. Whenever possible estimated costs for such special services shall be provided to the City prior to engaging in work and all costs shall be subject to negotiation. In any such instances the City reserves the right, time and circumstances permitting, to seek the special services elsewhere in accordance with the City procurement ordinances and code. 2.7 RELEASE The proposer shall directly release, within thirty (30) minutes of payment, any vehicle that has not been marked "hold" by the City, providing the proper proof of identification and ownership is presented. Any vehicle towed that is marked "hold" cannot be released without written authorization from the Police Department. Vehicles can be held up to five (5) days. If the period to hold the vehicle will exceed more than five days, the Police Department shall provide written authorization to the proposer to continue to hold the vehicle, or the vehicle may be removed to the Police Department holding facility. The vehicle owner shall be responsible for storage fees from the 1st through the 5th day. The City shall be responsible for the storage fees after the 5th day. The proposer shall release any vehicle towed in at the 10 request of the City only to the driver with sufficient identification, or to the person whose name appears on the title or registration certificate as the registered owner of the vehicle, or to the authorized agent of such person. Persons who make application for the release of such a vehicle shall be required to present proof of ownership by presentation of a title or registration, and where applicable, proof of agency or copy of lease agreement. The storage site must be open for release of vehicles seven (7) days per week, from 8:00 a.m. until 8:00 p.m., and when closed, shall have a sign prominently displayed indicating a telephone number in Miami - Dade County where the operator of the site can be always reached. Upon receipt of a telephoned request to open the site to release a vehicle between the hours of 8:00 p.m. and 8:00 a.m., the operator must respond to the site within one (1) hour by having an authorized employee appear at the site to allow release of the vehicle. The phone number posted shall be always kept open for the receipt of calls. If that line is busy for five (5) continuous minutes, it shall create a rebuttable presumption that the line has been disconnected in violation of this requirement. All motor vehicles that have not been claimed must be disposed of according to state and county laws. 2.8 VIEWING OF IMPOUNDED VEHICLES / REMOVAL OF PERSONAL PROPERTY The proposer agrees to allow the registered owner of an impounded vehicle or the registered owner's agent or insurance representative, upon proper identification, to view said vehicle on the premises of the proposer. The proposer shall allow every vehicle owner or authorized representative to inspect the towed vehicle within a reasonable time upon his/her arrival at the storage facility and before payment of any charges. The vehicle owner or authorized representative shall be permitted to remove from the vehicle all personal possessions not affixed to the vehicle, including but not limited to telephones, tapes, medicines, tools, etc., and proposer shall assist any vehicle owner/agent in doing so. Vehicle owner/authorized representative shall acknowledge receipt of such property on a form provided by proposer. The above provisions regarding the inspection, viewing, and photographing of a towed vehicle and the release of personal property do not apply to vehicles marked "HOLD" by the Police Department. 2.9 DROP FEES & CITY'S RIGHT TO CANCEL TOWS OR ORDER RELEASE OF VEHICLE Drop fees occur when a vehicle owner arrives on the scene of a tow and the vehicle has been engaged (hooked) by the tow truck, but the tow truck has not left the scene. Although Florida low allows towing companies to assess a drop fee (of not more than 50% of the posted towing rates). Contract Manager or designee reserves the right to cancel a tow on the scene before vehicle is attached to wrecker. Contract Manager or designee also reserves the right to order the release of an already impounded vehicle. 2.10 CITY VEHICLES City of Opa-locka vehicles and equipment up to and including 1 -ton trucks and other heavy-duty Public Works vehicles shall be towed at no charge anywhere within Miami -Dade County, Broward County and Palm Beach County. The City will not be charged for any scrap or derelict vehicles disposed of by the tow company. Calls for towing Opa-locka trucks and buses shall be responded to within thirty minutes. If unable to respond during the specified time, proposer shall call a subcontractor to respond. 11 2.11 COMPLAINTS AND DISPUTES All complaints will be forwarded to the Chief of Police or designee. If the incident requires formal investigation, the proposer will be notified of the complaint by certified mail. The proposer will have seven (7) business days to reply to the complaint in writing. After the investigation is completed, a memo will be forwarded to the Chief of Police regarding the outcome. If the complaint is sustained, a recommendation of disciplinary action against the proposer will be forwarded to the Chief of Police. The proposer agrees that any complaints received by the City of Opa-locka concerning misconduct on the part of the proposer, such as excessive charges, poor business practices, damage to vehicles, etc., that cannot be resolved between the proposer and the Police Chiefs designee, will be referred to the Police Chiefs office for appropriate action. If the complaint is not resolved to the satisfaction of the Police Chief or the owner of the vehicle, it maybe referred to the City Manager's office. 2.12 CLEANLINESS The proposer will be responsible for the cleaning of cars and vehicles from the streets and roadways as ordered by the Police officers or aides. It shall be proposer's responsibility to remove all glass and debris deposited upon the roadway and leave the area in complete cleanliness. If the proposer is called by the Police Department to clean up an accident scene where another wrecker service has removed the vehicle, the proposer may bill the owner of the vehicle in accordance with the rate schedule. 2.13 STORAGE FACILITY (IES) The proposer's storage and pick-up locations shall be properly identified by signs on the exterior of the structure, i.e., visible from the adjacent access road. Inside Storage: Shall accommodate a minimum of four vehicles. Shall have paved floor, i.e., concrete or asphalt, in a condition acceptable to the City of Opa-locka Police Department, free of dirt, standing water, vegetation, and/or articles inappropriate to or inconsistent with the operation of a towing service. It shall have a working area of 12' x 20' per vehicle, with at least an 8' ceiling. Facility shall have an outside window or ventilation system and lighting sufficient to permit processing of vehicles. It must be located within the property of the proposer's towing facility or in proximity (walking distance). Said structure shall provide complete protection from weather and unauthorized entry. Outside Storage: Shall be of a size to hold a minimum of twenty-five (25) vehicles, properly spaced to provide access for removal or addition of vehicles. Must have a durable surface, properly drained, and enclosed. Shrubbery, trees, and lawns shall be maintained, and junk tires and auto parts shall not be stored. It must be screened from all public rights -of -way by a six (6) foot masonry wall, or fence. Any wire at the top of the wall or fence must be in addition to the six (6) foot. No repair work or servicing of vehicles shall be permitted in the storage area. Facility should have video camera required on exterior stored vehicles w/ at least 10 days of recorded time. Recording 24/7, low light cameras, or lighted storage space. The proposer shall be responsible for all thefts and damage to stored vehicles occurring while the vehicle is in its possession. 12 2.14 OFFICE FACILITY (IES) Shall include telephone and rest room facilities and workspace (i.e., desk, phone). Shall have name and mailing address on front of building. Shall be separate from any other business or enterprise. Office and storage shall be at one location. 2.15 POSTING OF RATES FOR TOWING AND STORAGE Proposers shall have contract rates posted in an area that will be plainly visible to the public (offices, waiting area, etc.) The posting shall have a heading that reads "City of Opa-locka Police Contracted Towing Rates". The rates and heading shall be posted wherever the proposer releases vehicles at the storage compound. 2.16 NON -CONSENT TOW RATES Non -Consent Tow Rates shall be in accordance with Miami -Dade County Maximum Non -Consent Tow Rates (Refer to Attachment "B") and will only be adjusted by County revisions to these rates. 2.17 INSPECTIONS The proposer agrees that all records, equipment, personnel, office, and storage facilities will be subject to periodic inspections by properly authorized representatives of the City of Opa-locka. 2.18 TOW TRUCK DRIVERS Proposer shall be solely responsible for selecting, training, and employing (or otherwise retaining) such personnel as is necessary for proposer to satisfy the requirements of the Contract and to satisfactorily perform the work and services required under the Contract. • Proposer shall perform driver's license screening on all employees with driving responsibilities and a copy of each employee's driver's license shall be kept on file by Proposer and made available upon request of the City Manager or designee. • Proposer shall be required to provide all employees with uniforms. Which shall be subject to the prior written approval by the City Manager or designee. • Proposer shall perform drug test screening on all employees and provide pass/fail results to the City Manager or designee, upon request. All employees and/or other individuals retained by proposer, shall not, for any purposes, be considered to be employees of the City of Opa-locka, and proposer shall be solely responsible for their supervision and daily direction and control. It is the intent of the City and proposer, and proposer acknowledges, that the proposer is legally considered to be an independent contractor and that neither it, nor its officers, directors, employees, agents, contractors or servants, shall, under any circumstances, be considered officers, directors, employees, contractors, agents or servants of the City, and that the City shall at no time be legally responsible or liable for any negligent acts, errors, omissions, or misconduct on the part of proposer, or any of its officers, directors, employees, contractors, agents or servants. Additionally, toward that end, proposer agrees to have no markings on either vehicles, buildings, or correspondence that indicates or tends to indicate any official relationship between the proposer and the City of Opa-locka. Proposer shall have qualified, trained employees. It will also ensure that all drivers possess a valid 13 commercial driver's license in accordance with the law. Drivers used on City calls shall be neat, clean, courteous, sober, and competent in operating skills. 2.19 EQUIPMENT REQUIREMENTS Proposers shall provide and always maintain and have available a minimum of the following equipment (described in further detail below): • Four (4) Class A wreckers • Two (2) slide -back carriers, Class A or B • One (1) Class B wrecker • One (1) Class C wrecker (or greater) All vehicles must be owned or directly leased by the proposer. The proposer shall produce evidence of ownership or valid first party lease of the required number of wreckers and slide back carriers. A rental agreement of Class B or C wreckers does not meet the qualifications of this contract. All equipment shall be maintained in a state of readiness for response as delineated in this contract and be for the sole use of the Contractor. All wreckers will be registered and shall have the appropriate licenses to operate as wreckers. All wreckers shall display a current decal issued by the City of Opa-locka. All equipment shall be free of unsightly damages and shall always be clean and presentable to the public. Inappropriate decals on tow trucks shall be removed. City reserves the right to determine what is inappropriate. All trucks shall have fenders, doors, hoods, and bumpers intact always when in operation. Company names, addresses, and phone numbers shall be visible on both doors of the proposer call for service vehicles. A) CLASS "A" WRECKER: 1. Commercially manufactured unit with a rated capacity of not less than 10,000 pounds gross vehicle weight (GVW), according to the manufacturer's identification plate. If there have been any modifications to the truck chassis that changes the GVW, documentation from the dealer or manufacturer supporting the changes must be provided. 2. Dual rear wheels 3. Cab to axle dimension of not less than 56 inches 4. Commercially manufactured hydraulic boom with a minimum total winching capacity of 8,000 pounds. 5.100 feet of 3/8 inch steel core cable per winch 6. Hydraulically operated wheel lift with retracted rating of not less than 3,500 pounds and an extended rating of not less than 2,000 pounds. 7. Tow sling or tow bar with a safe lift rating of 3,500 pounds 8. Dolly equipped 9. Slings and protective devices to prevent damage to towed vehicle 10. Motorcycle sling 11. Four-way lug wrench 12. One pair of jumper cables 13. Air Tank 14. Tire plug kit to fix flat tires 14 B) CLASS "A" SLIDE BACK CAR CARRIER: 1. Commercially manufactured unit, with a rated capacity of not less than 14,500 pounds GVW. 2. Cab to axle dimension of not less than 102 inches. 3. Dual rear wheels 4. Hydraulically operated winch or winches with a minimum total winching capacity of 8,000 pounds. 5.65 feet of 3/8 inch steel core cable per winch 6. Minimum of 17' hydraulically operated slide back or tilt bed 7. Four-way lug wrench 8. Two tie down chains, each ten feet in length. 9. One pair of jumper cables C) CLASS "B" WRECKER: 1. Commercially manufactured unit with a rated capacity of not less than 18,000 pounds GVW, according to manufacturer's identification plate. Any modifications to increase GVW must be documented by the dealer or manufacturer. 2. Cab to axle dimension of not less than 84 inches 3. Commercially manufactured boom or booms with a minimum total capacity of 24,000 pounds. 4.200 feet of 'h inch steel core cable for each winch 5. Hydraulically operated winch or winches with a minimum total winching capacity of 24,000 pounds 6. Hydraulically operated 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. Two snatch blocks, minimum of 8,000 -pound capacity each 8. Two scotch blocks 9. Six to eight feet of extra towing chain with hooks, minimum 5,000 -pound capacity 10. Slings and protective devices to prevent damage to towed vehicles 11. Four-way lug wrench 12. One pair of jumper cables D) CLASS "B" SLIDE BACK CAR CARRIER: 1. Commercially manufactured unit with a rated capacity of not less than 20,000 pounds GVW according to the manufacturer's identification plate. Any modification to increase the GVW must be documented by the dealer or manufacturer. 2. Cab to axle dimension of not less than 138 inches 3. Dual rear wheels 4.21 feet or longer hydraulically operated slide back or tilt bed. 5. Hydraulically operated winch or winches with a minimum winching capacity of 8,000 pounds. 6.65 feet of 3/8 inch steel core cable 7. Two -tie -down chains, each ten feet in length 8. One snatch block, minimum 8,000 -pound capacity 9. Four-way lug wrench 10. One pair of jumper cables E) CLASS "C" WRECKER: 1. Commercially manufactured unit with a rated capacity of not less than 30,000 pounds GVW according to manufacturer's identification plate. Any modifications to increase the GVW must be documented by the dealer or the manufacturer. 2. Cab to bogey dimension of not less than 144 inches 15 3. Commercially manufactured boom or booms with a minimum total winching capacity of 50,000 pounds. 4. Hydraulically operated winch or winches with a minimum total winching capacity of 50,000 pounds. 5.200 feet of 5/8 steel core cable per winch. 6. Hydraulically operated 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 1/z inch alloy safety chains 9. Tow bar or tow -sling equipped 10. External air hookup and minimum hoses to supply air to disabled vehicles 11. Two snatch blocks, minimum 24,000 -pound capacity for each 12. Two scotch blocks 13. Spring brake -air lock 14. Six to eight feet of extra towing chain with hooks, minimum 4,000 -pound capacity. F) CLASS "D" WRECKER 1. Commercially manufactured unit with a rated capacity of not less than 52,000 pounds GVW according to the manufacturer's identification plate. Any modification to increase GVW must be documented by the dealer or manufacturer. 2. Cab to bogey dimension of not less than 180 inches 3. Commercially manufactured booms or booms with a minimum total capacity of 70,000 pounds. 4. Hydraulically operated winch or winches with a minimum total winching capacity of 70,000 pounds. 5.200 feet of 3A. inch steel core cable per winch 6. Hydraulically operated under reach with a retracted rating of not less than 45,000 pounds and an extended rating of not less than 12,000 pounds. 7. Rear support jacks or outriggers 8. Two 1/2 inch alloy safety chains 9. Tow bar or tow -sling equipped 10. External air hookup and minimum hoses to supply air to disabled vehicles 11. Two snatch blocks, minimum 24,000 -pound capacity for each. 12. Spring bake -air lock 13. Two scotch blocks 14. Six to eight feet of extra towing chain with hoods, minimum 4,000 -pound capacity G) EQUIPMENT REQUIRED ON EACH VEHICLE: 1. Sand or oil absorbent material 2. Heavy duty broom 3. Reflectors 4. Proper safety lights 5. Amber rotational dome light 6. Two flood lights at rear 7. Two-way radio 8. Quick -start jumper cable equipment 16 9. Safety cones (2 minimum, day -glow orange, 2' high) 10. Shovel 11. Axe 12. Fire extinguisher - 5 lb. dry chemical U.L. approved 13. First aid kit, minimum 16 units. 14. Crowbar or pry bar 15. Bolt cutter 16. Water 17. Tire inflation capabilities 18. Extra towing chain (8' to 10' with hooks) 19. Necessary hand tools 20. 4 -way lug wrench 21. Steering wheel lock or belt or rope 22. Two jack stands 23. Flashlight 24. Six 30 -minute fuses 25. Any other equipment as deemed necessary by the City. 2.20 SPECIAL EQUIPMENT Equipment such as a lowboy, air cushions, or major street clean up equipment does not have to be part of the firm's inventory. However, the firm must demonstrate, to the satisfaction of the City that such equipment is immediately available to firm when the need for this equipment occurs. Lowboy specifications: 1. Hydraulic roll back, flatbed, tilt, self -loading with 50,000 lbs. minimum capacity. 60,000 lbs. GVW 2. Hydraulic winch capacity of 10,000 lbs. minimum 3. Size: 48 feet long and 102" wide 4. Company must have access to a certified scale capable of weighing vehicles involved in serious or fatal accidents at the request of the investigator. 2.21 PROPOSER'S EQUIPMENT DURING STATE OF EMERGENCY OR DISASTER Each proposer that is selected by the City of Opa-locka and awarded a contract to tow for the City shall be responsible for the following: • The proposer that is on call or on duty for the session or time frame when an emergency or disaster strikes shall have available at least two (2) Class A wreckers or Class A flatbeds at the disposal of the City of Opa-locka Police Department. • Proposer that are not on call or are not on duty when an emergency or disaster strikes will make available one (1) Class A wrecker or Class A flatbed to the City of Opa-locka Police Department. The City Manager or designee will declare a state of emergency or state of disaster. The City Manager or designee will then notify each proposer that a state of emergency or state of disaster exists, and the required equipment is ordered on standby. 2.22 RADIO COMMUNICATIONS The proposer will provide all towing vehicles used pursuant to this agreement with two-way radio communication systems. The communication shall be between the proposer's base station and all service trucks utilized in providing City towing service. The two-way radios will not be tuned to any City frequencies. 17 2.23 UNDERWATER DIVER The proposer shall furnish a certified underwater diver if requested by the Police Department for removal of submerged or partially submerged vehicles. The proposer assumes all claims, liabilities, and expenses incurred by such diver. For every diver, duty time shall be computed from the time of arrival at the scene to the time vehicle or property is rigged and hoisted to dry land. 2.24 CITY DIVER A City diver shall be used in the event of an emergency and the City will be reimbursed by the proposer at the rate provided on the Miami -Dade County Maximum Non -Consent Tow Rates (refer to Attachment "B.") Any monies reimbursed to the City by the proposer may in turn be charged back to the Owner. In the event of an emergency where a City diver is not available the proposer shall supply a diver and will charge the owner in accordance with the Miami -Dade County Maximum Non -Consent Tow Rates (refer to Attachment "B.") In the event of a non -emergency situation, vehicle owner shall be responsible for obtaining the services of a diver and wrecker for removal. 2.25 CHANGE OF TIRES / ROADSIDE ASSISTANCE As a part of this service agreement, proposer agrees to respond to requests from the Police and City Departments to change vehicle tires where necessary and to provide roadside assistance. 2.26 REPORTS In addition to the Vehicle Storage Receipt written by the Opa-locka Police officer or aide, or City Inspector at the scene, the following reports will be prepared and maintained at the place of business: 1. A daily log of all calls for service by the Opa-locka Police Department will be kept, and two copies submitted to the Police Department once each week, one copy to the Records Supervisor and one copy to the Police Department Designee. 2. A log of all unclaimed vehicles will be submitted to the Police Department once each month, two copies, one copy to the Records Supervisor and one copy to the Police Department Designee. 3. A notification log indicating date, time, and method of notification to the registered owner of an impounded vehicle, as in accordance with the State of Florida Statues, EXCEPT THAT NOTIFICATION MUST BE MAILED TO REGISTERED OWNER WITHIN 48 HOURS OF PICK-UP OF VEHICLE. The owner shall not be charged for storage for any days between 48 hours and the actual time of mailing of notification. 4. A release report, along with the administration fees collected, shall be submitted once each month to the Records Supervisor, and a copy submitted to the Police Department Designee. 5. Contractor shall copy the Contract Manager on any correspondence with the vehicle owner. 2.27 ANNUAL PERFORMANCE REVIEW, INSPECTIONS AND AUDITS The City may conduct an annual performance review of the proposer. Criteria to be evaluated will consist of, but not be limited to, response times, complaints received, care and custody of vehicles and owners' possessions, condition of facilities and equipment, extent and clarity of records, and conduct of management and personnel. Such a review will be conducted ninety (90) days prior to the contract anniversary date and proposer will be provided a written copy of the review. Within thirty (30) days of the sending of the review, Contractor shall respond to the review in writing, and the parties shall meet to discuss the review and other pertinent subjects. A final report that will consist of the review, 18 proposer's written response, and a summary of the annual review meeting will be prepared by City staff with a copy sent to the City Manager and proposer. The proposer agrees that all records, equipment, personnel, office and storage facilities shall be subject to periodic checks and quarterly audits by representatives of the City without prior notice. 2.28 CRIME VICTIMS EXEMPTION If the towed vehicle is determined by the Police Department's Police Legal Unit to be a crime scene and is being held for processing, no towing or storage charges shall be charged to the vehicle's owner. 2.29 ABANDONED AND DERELICT VEHICLES The proposer may dispose of equipment to compensate for towing and storage charges after all responsibilities called for in accordance with Florida Statutes. The proposer agrees to maintain a log at the place of business listing date, time, and method of notification. 2.30 NON-EXCLUSIVE SERVICES Nothing contained in this contract will prevent the owner or operator of a motor vehicle from calling a wrecker or tow truck of their choice or requesting that their vehicle be towed to a garage location or compound of his/her choice and not that of the City's proposer (s) for Towing Services, unless the disabled vehicle cannot be removed in forty-five (45) minutes or less is creating a tie up of traffic or hazardous situation, in the opinion of the officer at the scene. 2.31 SPECIAL CONDITIONS 2.31.1 MINIMUM QUALIFICATIONS Respondents shall meet the qualifications as follows, to include but not be limited to the following: 1. To be eligible to provide towing services for the City, firms must maintain an office and adequate storage facility located in the City of Opa-locka or within a ten (10) mile radius of the City of Opa-locka (refer to Attachment "A" for boundary map). Location shall be properly identified by signs on the exterior of the structure, i.e., visible from the adjacent access road. 2. Respondents must demonstrate that they have successfully completed services like those specified herein. 3. Respondents must be regularly engaged in the towing business, be fully licensed to perform the work described herein, have prior successful experience in providing similar services during the past five (5) years, have satisfactory financial support, required equipment, staff, and organization sufficient to ensure that they can satisfactorily provide the services if awarded an exclusive service agreement. 4. Successful contractor shall not have any pending criminal or administrative charges against the firm, principal owners, partners, corporate officers, or management employees. 5. Twenty -four-hour service for release of towed vehicles shall be available. 6. Ability to always provide two (2) operators on duty to avoid delays and be able to respond to scene within forty-five (45) minutes. 7. Ability to ALWAYS accept at least three (3) forms of payment from customers. 19 2.31.2 COMPENSATION In full consideration of the services of the Respondent hereunder, the Respondent shall pay on each and every vehicle towed within the City of Opa-locka, at the request of the City, an administrative charge in accordance with the Miami -Dade County Maximum Non -Consent Tow Rates (Refer to Attachment "B.") The administrative fee shall be paid automatically to the City on a monthly basis by the twentieth (20th) of the following month together with the list of tows. Failure to pay as provided for shall result in an interest penalty of 1.5% per month. 2.31.3 CITIZENS TOWING BILL OF RIGHTS Awarded Respondents shall have the City of Opa-locka Citizen's Towing Bill of Rights (the "COMS Bill of Rights") posted inside of all service vehicles assigned to the City as well as at the pick-up office window, refer to Attachment "C". This informational sheet shall include but not be limited to all tow rates, methods of payments, and complaint contact information and shall be available in English, Spanish and Creole. The final COMS Bill of Rights to be posted will be approved in advance by the City Manager. Any change to the approved COMS Bill of Rights shall also require the prior written approval of the City Manager or designee. 2.31.4 PROHIBITION AGAINST OTHER BUSINESSES Successful respondent(s) shall not engage directly or indirectly or through a subsidiary or other entity in the automobile paint and body repair business or salvage, junkyard or auto recycling. Further, the proposer shall not undertake any repairs to, or remove any part or parts from, any vehicle towed or stored pursuant to the provisions herein. Respondent also agrees that during the term of the agreement, contractor shall have no financial ties to a body shop/auto repair shop and will not accept any compensation for referral work on towed vehicles. The respondent agrees to refrain from soliciting any referrals from any auto body and/or repair facilities. 2.31.5 MATERIALS, INSPECTION, AND RESPONSIBILITY The City shall have a right to inspect any vehicles/equipment/material to be used in carrying out this contract. The City does not assume any responsibility for the availability of any controlled materials or other materials and equipment required under this contract. 2.31.6 SUPERVISION The respondent shall be responsible for their employees and Subcontractors, and for compliance with all laws and ordinances governing the work. Respondent shall always have a competent representative available to answer questions or handle problems, who shall be satisfactory to the City. 2.31.7 PROTECTION OF PROPERTY The respondent shall take extra precaution to protect all property while conducting services. Any damage done by the respondent shall be corrected to its original or better state and shall be corrected to the satisfaction of the Contract Manager or designee. 2.31.8 PERSONNEL The respondent shall provide a list of names, complete with Driver's Licenses of all respondent's personnel and subcontractors' personnel who will require access to the Police Department, along with a description of vehicles used, including license numbers. Respondent's personnel shall carry photo identification, commercial driver's license, and show same to City personnel at any time upon request. 20 The City reserves the right to request the same of Subcontractors. All workers shall, always, wear a company shirt or badge identifying the company name and individual's name. All vehicles shall have the company logo visible on the outside of the vehicle. 2.31.9 SUBCONTRACTORS AND ACCOUNT MANAGERS Subcontractors shall not be utilized on a regular basis but on occasion and in the event of an emergency wherein the Contractor may be unable to fulfill the response time requirement due to extenuating circumstances. The City of Opa-locka shall approve all subcontractors used to respond to calls for service. The Contractor is fully responsible to the City for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by said subcontractor. Nothing contained in the Contract Documents shall create any contractual relations between any subcontractor and the City. Subcontractor shall follow the scope of services as stated herein and shall not charge City for any tows. Prior to any Subcontractor's response to City calls for service, the Contractor shall obtain written approval of the subcontractors used within the terms of this contract and shall submit for approval to the Police Department and the Procurement Division Certificates of Insurance. Subcontractors shall maintain the types of limits of insurance as required of the Contractor. A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a portion of the services covered by these specifications. The Contractor shall furnish in writing to the City the names of the Subcontractors to be utilized on an emergency basis. The Contractor shall not contract with any Subcontractor to whom the City has made reasonable and timely objection. City shall have the right to approve all subcontractors, Account Manager, and staff assigned to City by Contractor. City shall have the right to approve all subcontractors, Account Manager, and staff assigned to City by Contractor. The Contractor, before making any subcontract for any portion of the services, will state in writing to the City the name of the proposed subcontractor, the portion of the Services which the subcontractor is to do, the place of business of such subcontractor, and such other information as the City may require. The City will have the right to require the Contractor not to award any subcontract to a person, firm or corporation disapproved by the City. Before entering any subcontract hereunder, the Contractor will inform the subcontractor fully and completely of all provisions and requirements of the Agreement relating either directly or indirectly to the Services to be performed. Such Services performed by such subcontractor will strictly comply with the requirements of this Contract. The City may elect to have the selected Consultant(s) provide all of these services, some of the services, or none of these services. The selected Consultant(s) is/are not guaranteed any work by the City under this solicitation. All projects will be coordinated with the City Manager and/or the Police Department. 21 PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 Yz "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3.2.2 Tab 1- Table of Contents Include a clear identification of the material by section and by page number. 3.2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages. 3.2.3.2 Briefly state the Proposer's understanding of the work to be done and make a positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephone numbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's Request for Proposal. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 22 3.2.5 Tab 4 - Project Approach Describe in detail the proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 3.2.6 Tab 5 - Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the City for this project. 3.2.7 Tab 6 - Schedule 3.2.7.1 Include a timetable that identifies the amount of time required to complete each component of the Program. 3.2.7.2 Indicate the earliest available start date for Proposer's project team. 3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1. 3.2.8 Tab 7 - Pricing of Services 3.2.8.1 Fee basis should be an all-inclusive, base fee. 3.2.9 Tab 8 - References 3.2.9.1 List a minimum of three (3) references in Florida for which the Proposer has provided towing services. Include the name of the organization, brief description of the project, name of contact person telephone number and email address. 3.2.10 Tab 9 - Additional Forms Proposers must complete and submit as part of its Proposal all the following forms and/or documents. • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification • E -Verification FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. 23 PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review and discuss all proposals submitted. The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFP, including a detailed explanation of how the services shall be performed. Each proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlined in the Solicitation. A responsive Proposal is one which follows the requirements of this Solicitation that includes all documents submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non- responsive. The Contract (s) will be awarded to the most responsive Proposer whose Proposal best serves the interest of and represents the best value to the City of Opa-locka. 4-2 EVALUATION CRITERIA The Committee may select and choose to invite any and/or or all firms to make presentations and be interviewed by the Committee as part of the evaluation process for this Solicitation. The Committee's decision will be communicated by staff to all Proposers. The Proposer's presentation may clarify but may not modify their submitted Proposal. Any discussion between the presenter (s) and Evaluation Committee during presentations are intended only for purposes of providing clarification in response to questions from the Committee. 24 Category Points Qualifications/Experience and Past Performance of the Firm/Respondent 1. To include years of municipal experience, ability, capacity, and skill of firm(s), whether the firm is a certified minority business enterprise, and adequacy of personnel to perform, including timeliness, stability and availability and licenses. 2. To be eligible to respond, the Consultant shall have five (5) years of continuous operation under the same entity name and provide proof of same. 3. To be eligible to respond, the Consultant shall have five (5) years of continuous operation under the same entity name and provide proof of same. 30 Qualifications/Experience of the Project Team 1. Professional credentials, qualifications, and accomplishments of the proposed team members to be used for City Projects. 20 References 1. Performance of similar services for governmental clients including at least three references. 20 Towing Equipment and Facilities 1. Proof of towing equipment and facilities in accordance with Section 2. 20 Price Proposal 1. Cost of proposed services 10 TOTAL 100 25 4-3 ORAL PRESENTATIONS . Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. The Evaluation Criteria may be changed for the oral presentation evaluation phase. References and site visits (if completed) shall be included in the final evaluation criteria, along with other criteria and weights as determined by the Selection Committee. Finalists will be informed as to the revised criteria, if any, prior to their oral presentation. Additionally, prior to award of an Agreement pursuant to this RFP, the City may require Proposers to submit such additional information bearing upon the Proposer's ability to perform the services in the Agreement as the City deems appropriate. 4-4 FINAL SELECTION The City of Opa-locka will select the firm that meets the best interests of the City. The City shall be the sole judge of its own best interests, the proposals, and the resulting negotiated Agreement. The City's decisions will be final. Following the notification of the selected firm, it is expected that an Agreement will be executed between both parties. City staff will recommend award to the responsible Proposer whose Proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFP. 4-5 AWARD AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 26 RFP NO. 23-1019200 PROPOSER QUALIFICATIONS The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Address: City, State, Zip: Phone/Fax: 2. Check One: Corporation () Partnership () Individual () 3. If Corporation, indicate: Date of Incorporation: State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected: 6. The length of time in business: years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least three commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locka RFP during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the Proposers will be analyzed by the City ofOpa- locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. 27 RFP NO: 23-1019200 PRICE PROPOSAL FORM If Proposer fees will be paid by City, Proposer understands and agrees that the Contract Price is the lump sum to furnish and install all of the Work complete in place. Vendor's price will not be adjusted unless the City changes the scope of the Project after the Contract Date. As such, the Vendor shall furnish all labor, materials, equipment, tools, supervision and services necessary to provide a complete, in place Project for the Proposed Price of: LUMP SUM PRICE: $ SUBMITTED THIS DAY OF 2023. BID SUBMITTED BY: Company Telephone Number Name & Title Signature 28 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph. (a) of this provision. The knowledge and information of a Proposer is not required to exceed 29 that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name 30 CITY OF OPA-LOCKA RFP NO. 23-1019200 DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 31 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE being first duly sworn, deposes and says that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the PROPOSER that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPOSER nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPOSER, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPOSER, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPOSER, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPOSER, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPOSER or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: By: Witness Signature Witness Print Name and Title 32 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By: Title: Sworn and subscribed before this day of , 20 Notary Public, State of Florida (Printed Name) My commission expires: 33 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -Verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat, "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 34 E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -Verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date: 35 CITY OF OPA-LOCKA Citywide Towing Services RFP#23-1019200 ADDENDUM -01 This addendum updates the Due Date, Submitted Questions Date, Answering of and Questions Date for the Citywide Towing Services. Please see the dates below: • The Due Date for RFP 23-1019200, scheduled on Thursday, October 19, 2023, at 2:00 pm. • The Closing Date for Proposer Questions, scheduled for 10-11-23, at 5:00 pm. • City's Answers to Questions by Proposers, scheduled for 10-13-23 at 5:00 pm. CITY OF OPA-LOCKA Citywide Towing Services RFP#23-1019200 ADDENDUM -02 This addendum updates the Due Date for the Citywide Towing Services. Please see the dates below: • The Due Date for RFP 23-1019200, scheduled on Monday, October 23, 2023, at 2:00 pm. EVALUATION MATRIX RFP No. 23-1019200 CITYWIDE TOWING SERVICES Firm Name: Evaluation Criterion MAGIC TOWING Reviewer Name: Weight Experience 30% Project Team 20% References 30% Towing Equipment 10% Price Proposal 10% Total Firm Name: Evaluation Criterion 100% Shamecca Rating Lawson Score 3 0.90 3 0.60 3 0.90 3 0.30 4 0.40 3.10 Kenneth Rating Ottey Score 3 0.90 3 0.60 2 0.60 0 0.00 5 0.50 2.60 Airia Rating Austin Score 4 1.20 3 0.60 4 1.20 5 0.50 4 0.40 3.90 KING'S WRECKER King Leonard Rating Score 3 0.90 2 0.40 3 0.90 3 0,30 4 0.40 2.90 Reviewer Name: Weight Experience 30% Project Team 20% References 30% Towing Equipment 10% Price Proposal 10% Total 100% Firm Name: Evaluation Criterion Shamecca Rating Lawson Score 4 1.20 5 1.00 3 0.90 4 0.40 4 0.40 3.90 Kenneth Rating Ottey Score 4 1.20 4 0.80 4 1.20 4 0.40 5 0.50 4.10 Airia Rating Austin Score 4 1.20 4 0.80 5 1.50 3 0.30 4 0.40 4.20 KAUFFS King Leonard Rating Score 3 0.90 4 0.80 3 0.90 3 0.30 4 0.40 3.30 Reviewer Name: Weight Experience 30% Project Team 20% References 30% Towing Equipment 10% Price Proposal 10% Total 100% Shamecca Rating Lawson Score 4 1.20 3 0.60 3 0.90 4 0.40 4 0.40 3.50 Kenneth Rating Ottey Score 5 1.50 5 1.00 5 1.50 5 0.50 5 0.50 5.00 Airia Rating Austin Score 5 1.50 4 0.80 5 1.50 5 0.50 4 0.40 4.70 King Leonard Rating Score 4 1.20 4 0.80 4 1.20 4 0.40 4 0.40 4.00 Rating 0 Score 0.00 0 0.00 0.00 0 0.00 0 0.00 0.00 Rating 0 Score 0 0.00 0 0.00 1 0.30 0 0.00 0 0.00 0.30 Rating 0 Score 0 0.00 0 0.00 1 0.30 0 0.00 0 0.00 0.30 EVALUATION MATRIX RFP No. 23-1019200 CITYWIDE TOWING SERVICES Firm Name: Evaluation Criterion MIDTOWN TOWING Reviewer Name: Weight Experience 30% Project Team 20% References 30% Towing Equipment 10% Price Proposal 10% Total 100% Firm Name: Evaluation Criterion Reviewer Name: Weight Experience 30% Project Team 20% References 30% Towing Equipment 10% Price Proposal 10% Total 100% Reviewer: Shamecca Lawson Kenneth Ottey Airia Austin King Leonard 0 AVERAGE RATING Shamecca Rating Lawson Score 4 1.20 5 1.00 3 0.90 4 0.40 4 0.40 3.90 Kenneth Rating Ottey Score 5 1.50 5 1.00 5 1.50 5 0.50 5 0.50 5.00 Airia Rating Austin Score 4 1.20 5 1.00 3 0.90 4 0.40 4 0.40 3.90 DOWNTOWN TOWING Shamecca Rating Lawson Score 4 1.20 5 1.00 3 0.90 5 1.50 4 0.40 5.00 Kenneth Rating Ottey Score 5 1.50 5 1.00 5 1.50 5 1.50 5 0.50 6.00 Airia Rating Austin Score 5 1.50 4 0.80 4 1.20 5 1.50 4 0.40 5.40 FIRM SELECTED King Leonard Rating Score 4 1.20 4 0.80 3 0.90 4 0.40 4 0.40 3.70 King Leonard Rating Score 4 1.20 3 0.60 4 1.20 4 1.20 4 0.40 4.60 Rating 0 Score 0 0.00 1 0.20 0 0.00 0 0.00 0 0.00 0.20 Rating 0 Score 0 0.00 1 0.20 0 0.00 0 0.00 0 0.00 0.20 MAGIC TOWING KING'S WRECKER KAUFFS MIDTOWN TOWING DOWNTOWN TOWING 3.10 2.60 3.90 2.90 0.00 3.90 4.10 4.20 3.30 0.30 2.50 3.16 4.70 5.00 4.70 4.00 0.30 3.90 5.00 3.90 3.70 0.20 3.74 3.34 5.00 6.00 5.40 4.60 0.20 4.24 CITY OF OPA-LOCKA RFP NO: 23-1019200 Dec. 05, 2023 @ 2:00 P.M. EVALUATION MEETING, 780 FISHERM AN STREET, 4th floor, OPA-LOCKA, FL 33054 NAME COMPANY NAME EMAIL PHONE # Jay Bergel City of Opa-locka ibergel@opalockafl. gov 305-953-2898 A Ma1.CA-QW.�V‘ C-, C C OpA-LO c.m. o. S` AI.-jOh--e ! O, kOC YG44t i.9o4 &DS- q - .- 11 Kin 5 Lebr1G� C-itY Oc 'ka - 1C'ebtr\c,e. c d1ciccJ(cSI.gst/ hAti zx1)a4C,e-oi/ 30S -SZF- 4 3R) 3 mu -Z.31g 6— u 5rt N C2 oa' end%- Ca C k e l-45%77NV4):Lic)ck- 7 <<v-r:E . a� c d. � G o� � � `7H - 35- i - ~7,,l� i t- EVALUATION FORM RFP No. 23-1019200 Citywide Towing Serices Weight Description Experience and Qualifications 30% 1. To include years of municipal experience, ability, capacity, and skill of firm(s), whether the firm is a certified minority business enterprise, and adequacy of personnel to perform, including timeliness, stability and availability and licenses. 2. To be eligible to respond, the Consultant shall have five (5) years of continuous operation under the same entity name and provide proof of same. 3. To be eligible to respond, the Consultant shall have five (5) years of continuous operation under the same entity name and provide proof of same, Project Team 20% Professional credentials, qualifications, and accomplishments of the proposed team members to be used for City Projects. References 30% Performance of similar services for governmental clients including at least three references. Towing Equipment and Facilities 10% Proof of towing equipment and facilities in accordance with Section 2. Price Proposal 10% Total 100% Rating Scale 0 Fails to Fit 1 Poor Fit 2 Fair Fit 3 Good Fit 4 Very Good Fit 5 Excellent Fit EVALUATION FORM RFP No. 23-0706200 Feasibility Study for Parking Meters By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: t �20✓� (� ✓(� Signature: Firm Name: Evaluation Criterion Midtown Towing Ratin Experience and Qualifications L/% References kr Project Team 3 TOWING EQUIPMENT hiff Price Proposal Li Firm Name: Evaluation Criterion Notes: • 3f, ye_ i Prb w1et stfvices �Qc�_�tre►^ces Date: t S- 23 Downtown Towing Ratin Experience and Qualifications 4/ References 3 Project Team L% /-7 TOWING EQUIPMENT Price Proposal LI Firm Name: Evaluation Criterion Ratin Experience and Qualifications 3 References L/ Project Team 3 TOWING EQUIPMENT 3 Price Proposal c4 Notes: 14 1 4v.5 ,r 0�i.N5 5rev1CeJ Ver. y Goo F///i Alpine Towing Notes: z5 V c v s 1� w,4g 6000/ i / C7- // S. S -e ✓ v,' -es EVALUATION FORM RFP No. 23-0706200 Feasibility Study for Parking Meters By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications 3 References 2. Project Team 3 TOWING EQUIPMENT 3 Price Proposal 4/ Magic Towing Date: Rating Firm Name: Evaluation Criterion Experience and Qualifications 3 References y Project Team ,3 TOWING EQUIPMENT 3 Price Proposal U Notes: _3(:) /��� v c5 S e v i c e, med( # 4 O✓ e r ceeeexel /2- S-23 King's Wrecker Rating Firm Name: Evaluation Criterion Experience and Qualifications References Project Team TOWING EQUIPMENT Price Proposal Notes: 0 vet-- / ec, roc,' iKqJ 5-erv< c.o. o�o� ,-:ecto,--e•aCQ� Rating Superior Towing C.,ki Notes: 5tf ��c1✓S jet,✓«^C Se t',ces 600 c` ieefCi C-es �, o�d r f e1- v ' — .-a i o w.o; 7.--v c/GS EVALUATION FORM RFP No. 23-0706200 Feasibility Study for Parking Meters By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications References Project Team TOWING EQUIPMENT Price Proposal Firm Name: Evaluation Criterion ids 3A) • Magic Towing Rating Notes: Date: ! Z - Ocw Za big ...J Yip isartPass R 1/111 Letivz z 9 L 2 iv ! �, it) u � �Io� k A� Gl 7 0 +� Z(�L/ in )02—, King's Wrecker Rating Experience and Qualifications References 14 Project Team TOWING EQUIPMENT 3 Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications ‘ References L.. Project Team `j TOWING EQUIPMENT `S Price Proposal Ai Rating Notes: 2: A gasa))a ra Yoh ei, c i A 2.4, �. rim A ✓slig5 x0011 ROiRgiJ cg V49 ZooaJ' 1--,Ld) 1 Na ‘at,J>1S0'S RAfad ax) it) Vit$R!' MXes 12uR s s'A 'htvv3 Superior Towing t\ CkUC Notes: Sint/leg X'*RA l<$ _S Lax � 1 lv) 41$ZC ROLL)fl P ACC gRaziA2F9., A)gaigy 5 LIMO R#goASi /6102A) rh.azt aOD Inc efsp 3 s%/0.0.1S1 EVALUATION FORM RFP No. 23-0706200 Feasibility Study for Parking Meters By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: R-LRTA Ras iJ Midtown Towing Evaluation Notes: Criterion Experience and Qualifications At References .0 Project Team ..3 TOWING EQUIPMENT —i Price Proposal jr- Rating Firm Name: Evaluation Criterion Experience and Qualifications References q Project Team 4 TOWING EQUIPMENT .5 - Price Proposal A4 Date: r< �'- 05-- Ze I tit gas -1, a-gs V VVR 5 L c.- 4keer GLs! of RWWgWoe' S k? cZ Rail AJ' / T-04141 »)i01.S T ci i 2s Rgazz kc /U4-AJ7 .3. Downtown Towing Rating Firm Name: Evaluation Criterion Experience and Qualifications 3 References 4 Project Team ijr TOWING EQUIPMENT S Price Proposal 1' Notes: Rating G 0A).3._.- TIM 1 t) e emPAv± [P 25GG $f561)7 .1J 7-'1)2A- i4,as • IR -I R' GARS (Z5i or gvalYiiIiJf Ga0-2s03 RFSYC J Ariago nmErs RgQLrzstam aA) rs Alpine Towing Notes: R4vkiJii, rem 3Ai cc(0224)1, /2YSR' X T ka s2 va- grr o geoPmirr Res/emir' ks7eiO 41,117 rxiff .022-3 R IOL-I. EiNe ft t_c EVALUATION FORM RFP No. 23-0706200 Feasibility Study for Parking Meters By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications References Project Team TOWING EQUIPMENT Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications 1 References 4-14 Project Team .-t TOWING EQUIPMENT Price Proposal ,. - Magic Towing Date: Rating Notes: Vim lSL►1 1 u C)(%.( S c i 1a1s bcg-3 STAavo Afp King's Wrecker Rating Firm Name: Evaluation Criterion Notes: �{ C-stti E,�sco ur` r I. `textu, c i. S 91\ • Rating Experience and Qualifications References Project Team `J TOWING EQUIPMENT Price Proposal h Superior Towing 1 \&\C J` Notes: U`),\e1-C(144461' De4 L EVALUATION FORM RFP No. 23-0706200 Feasibility Study for Parking Meters By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: (.M'/6f 070,611 Midtown Towing Evaluation Notes: Criterion Rating Experience and Qualifications References Project Team TOWING EQUIPMENT Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications `, References S Project Team TOWING EQUIPMENT 5 Price Proposal 'r^? Date: /'?A �-J t s O tg v' Y tr1-trYi cee- Downtown Towing Rating Firm Name: Evaluation Criterion Experience and Qualifications References Project Team 5 - TOWING EQUIPMENT b Price Proposal G' Notes: 1C— 1 0wek0� L Rating Alpine Towing Nos loa Loryc (1s P1( Cer-tc_a,r,S) t EVALUATION FORM RFP No. 23-0706200 Feasibility Study for Parking Meters By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Magic Towing Date: \OSIW Ratin Experience and Qualifications 3 References 3 Project Team 3 TOWING EQUIPMENT 3 Price Proposal 4 Firm Name: Evaluation Criterion Experience and Qualifications 11 References S Project Team 3 TOWING EQUIPMENT LA Price Proposal Li Notes: �'- ' b\, 5 d l otct3 - .per h�� eft • � �- ir�ov-:t�a� Ratin Firm Name: Evaluation Criterion Experience and Qualifications 4 References Project Team 34 TOWING EQUIPMENT ` Price Proposal IU Rating Notes: King's Wrecker Wert .1t- j r � k .oedl Z_s Q loo , S erier-Towing- a•w Notes: TN- ab\:A-.edl '- k.q1 j Ql ha c� o r-.. t C �cro-c. c.. _ �h. �J ier .,.�.�, c•.,f \:fit; 'j r•c:4-4e- cipcx -rP- r �AY Q . _ ____ . ✓emu t C� dl s a� ,. ,'1dt C p e r $- EVALUATION FORM RFP No. 23-0706200 Feasibility Study for Parking Meters By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion `wr.,cr. ce a �w SDv1 Midtown Towing Rating Experience and Qualifications References Project Team TOWING EQUIPMENT Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications L( \S� References Project Team 3 TOWING EQUIPMENT 5 Price Proposal 1.4 Date: a-\Qs\a3 Notes: C _____mss ,n ccAcy p i \ al` n 02,0_0S• k.5" vAP+o\ : e Cee' V% ct Downtown Towing Rating Firm Name: Evaluation Criterion Notes: deck- DP 't i t t1,ec k' Q. G C.'O Rating Experience and Qualifications References Project Team TOWING EQUIPMENT Price Proposal Alpine Towing Notes: x":_var.