HomeMy Public PortalAbout09-7923 Towing Sponsored by: City Manager
RESOLUTION NO. 09-7923
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF OPA-LOCKA, FLORIDA, ACCEPTING THE
PROPOSALS FROM MIDTOWN TOWING, INC., KAUFF'S
OF MIAMI,INC.,AND SEAY TOWING,INC. IN RESPONSE
TO RFP NO. 09-0814 FOR TOWING AND STORAGE OF
VEHICLES; FURTHER AUTHORIZING THE CITY
MANAGER TO ENTER INTO AND EXECUTE
AGREEMENTS WITH MIDTOWN TOWING,INC.,KAUFF'S
OF MIAMI,INC.,AND SEAY TOWING,INC. FOR TOWING
AND STORAGE OF VEHICLES FOR THE CITY OF OPA-
LOCKA,FLORIDA,IN A CONTRACT FORM ACCEPTABLE
TO THE CITY ATTORNEY
WHEREAS, the City of Opa-locka ("City") is in need of vendors to perform towing and
storage of vehicles, including towing, storage and disposal of abandoned, unregistered and junked
vehicles, trailers and boats at the request of the City's Police Department and Code Enforcement
Department; and
WHEREAS, the City Commission adopted Resolution 09-7902, authorizing the City
Manager to issue a Request for Proposals(RFP)for Towing and Storage of Vehicles(RFP No. 09-
0814); and
WHEREAS,RFP No. 09-0814 requested proposals from qualified firms to perform towing
and storage of vehicles for the City; and
WHEREAS, the RFP review committee evaluated the proposals submitted to the City in
response to RFP No. 09-0814 and selected Midtown Towing,Inc.,Kauff s of Miami,Inc.and Seay
Towing, Inc., as the most responsive proposals for towing and storage of vehicles; and
WHEREAS, the City Manager is recommending that the City Commission accept the
proposals from Midtown Towing, Inc., Kauffs of Miami, Inc. and Seay Towing, Inc., and further
Resolution No. 0 9—7 9 2 3
authorize the City Manager to enter into and execute agreements with the aforementioned firms for
performing towing and storage of vehicles for the City, in a contract form acceptable to the City
Attorney.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF OPA-LOCKA, FLORIDA:
Section 1. The recitals to the preamble herein are incorporated by reference.
Section 2. The City Commission of the City of Opa-locka hereby accepts the proposals
submitted by Midtown Towing, Inc., Kauff s of Miami, Inc. and Seay Towing,Inc., in response to
RFP No. 09-0814 for towing and storage of vehicles.
Section 3. The City Commission of the City of Opa-locka hereby authorizes the City
Manager to enter into and execute agreements with Midtown Towing,Inc.,Kauff s of Miami, Inc.
and Seay Towing,Inc.,for performing towing and storage of vehicles for the City,in a contract form
acceptable to the City Attorney.
Section 4. The City Manager is further authorized to take all necessary and
expedient action to effectuate the intent of this Resolution.
Section 5. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 2 3 day of SEPTEMBER, 2009.
errs
S ' H L. ELLEY
MAYO '
Resolution No. 0 9—7 9 2 3
Attest: Approved as to form and legal sufficiency:
I e.orah S. • _.. Burnadette No '--Weeks
City Clerk City Attorney
Moved by: JOHNSON
Seconded by: TAYLOR
Commission Vote: 5-0
Commissioner Holmes: YES
Commissioner Johnson: YES
Commissioner Tydus: YES
Vice-Mayor Taylor: YES
Mayor Kelley: YES
v+ icie, f
gtr ," 914:«
q
4lp4ilePT�' -
Memorandum
TO: Mayor Joseph Kelley
Vice-Mayor Myra L. Taylor
Commissioner Doro 'y Johnson
Commissioner othy Holmes
Commissioner ''ose Tydus
FROM: Bryan K. Finnie p'erim City Manager
DATE: Septemb• ,2009
RE: TO 'G AND STORAGE OF VEHICLES RFP#09-0814
Request: RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA-LOCKA, FL AUTHORIZING THE CITY MANAGER TO
APPROVE MIDTOWN TOWING, KAUFF'S TOWING AND SEAY
TOWING AS THE MOST RESPONSIVE AND RESPONSIBLE
PROPOSERS TO PROVIDE TOWING AND STORAGE OF
VEHICLES SERVICES FOR THE CITY ON A QUARTERLY
ROTATION FOR SERVICE.
Description: This towing service would allow towing and storage of vehicles services that
are needed by the City's Police and Code Enforcement Departments.
Financial Impact: This is a revenue source for the City.
Implementation Timeline: 30 days from execution of contract.
Legislative History: The City does not have a contract with the present service provider.
Recommendation(s): Staff recommends approval.
Analysis: RFP 09-00814 seeks to have one or more Company(ies) to provide towing
and storage of vehicles, plus towing, storage and disposal of abandoned,
unregistered and junked vehicles, trailers and boats or for any other reason
that arises from the streets or other areas within the City at the request of the
City's Police Department and/or Code Enforcement Department(s). Three
(3) companies were selected from the seven (7) that submitted proposals to
provide this service on a quarterly rotating basis. They are Midtown Towing
of Miami, Inc.; Kauff's of Miami, Inc.; and Seay Towing, Inc.
Attachments: 1. Copy of RFP#09-0814
2. Vendor Summary Score Sheet
PREPARED BY: Ezekiel Orji, PhD
**CITY COMMISSION RECEIVE]) COPIES
OF A PROPOSALS ON 08/21/2009**
CITY OF OPA-LOCKA
CERTIFICATION OF PROPOSALS RECEIVED
REQUEST FOR PROPOSALS (RFP)NO. 09-0820
TOWING AND STORAGE OF VEHICLES
I,Deborah S.Irby,City Clerk of the City of Opa-locka,Florida,do hereby certify that
according to the provisions of Sec.2-320.1 of the City's Code of Ordinances,sealed proposals
were opened at the Office of the City Clerk, 780 Fisherman Street, 4th floor, Opa-locka,
Florida, at 2:05 p.m. this 20th day of August,2009.
PROPOSALS RECEIVED
Name of Company
Midtown Towing of Miami,Inc.
551 NW 72 Street
Miami,FL 33150
Contact:Lauraine Lichtman,President
Tele:(305)754-1450
Fax:(305)758-4070
Email: midtowninc @bellsouth.net
Southwest Transport Inc.
d/b/a Southland,The Towing Company
3870 Shipping Ave
Miami,FL 33146
Contact:Peter F.Hernandez,President
Tele: (305)448-1776
Fax: (305)443-2210
Seay Towing,Inc.
15699 West Dixie Highway
N.Miami Beach,FL 33162
Contact:Al Coletta,President
Tele:(305)947-1100
Fax: (305)947-2416
Email: seaytowing @aol.com
Kauffs of Miami,Inc.
2435 Ali-baba Ave
Opa-locka,FL 33054
Contact:Erich Bundy
Tele: 305-685-7593
Silent Solutions,Inc.
2373 NW 149th Street
Opa-locka,FL 33054
Contact:Manny Diaz
Tele:(305)681-3804/Cell: (305)283-5769
Fax:(305)681-3806
Downtown Towing
2418 N.Miami Avenue
Miami,FL 33127
Contact:Ryan Del Rosal
Tele:(305)335-2640
Boulevard Towing&Recovery, Inc.
2380 NW 147 Street
Opa-locka,FL 33056
Contact:Eddie J.Lopez
Tele: (305)365-5227/(305)685-8775/Fax: (305)685-8776
E-mail: boulevardtowingrecovery yahoo.com
4 urther certify that sealed proposal(s)submitted were properly opened in my presence and a o the
lowing: Ilk n
. ..• •"4------- _..4 A — ....z._ ,..*:... •
I'
Ars-
CITY CLERK
1
EVALUATION FORM
TOWING AND STORAGE OF VEHICLES
RFP NO 09-0820
MIDTOWN S W SEAY KAUFF SILENT DOWNTOWN BLVD
FINANCE
DERRICK 17 11 12 17 11 15 15
SHIRLEY 17 12 16 17 15 14 14
TONY 17 16 15 17 11 11 8
EQUIPMENT
DERRICK 20 15 12 20 10 18 18
SHIRLEY 19 13 17 20 16 16 16
TONY 17 12 16 20 11 11 11
GUARANTEE
DERRICK 20 11 14 20 11 15 19
SHIRLEY 18 12 16 17 14 14 14
TONY 20 8 17 20 8 8 1
CITY COST
DERRICK 15 4 5 9 5 7 9
SHIRLEY 15 10 10 14 8 8 8
TONY - - - - - - -
TOWING COST
DERRICK 11 4 7 9 5 9 9
SHIRLEY 15 7 11 14 8 9 8
TONY 14 15 15 14 9 9 0
REFERENCE
DERRICK 5 2 5 5 3 3 5
SHIRLEY - - - - - - -
TONY 5 3 5 5 2 3 5
CITY LIMIT
DERRICK 3 2 3 5 5 2 5
SHIRLEY 3 4 3 5 5 4 5
TONY 3 1 3 5 5 3 5
TOTAL 254 162 202 253 162 179 175
Sponsored by: City Manager
RESOLUTION NO. 0 9-7 9 0 2
A RESOLUTION OF THE CITY COMMMISSION OF THE
CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE
CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS
(RFP) FOR THE TOWING AND STORAGE OF VEHICLES
WHEREAS, the City of Opa-locka("City") is in need of a vendor to perform towing and
storage of vehicles, including towing, storage and disposal of abandoned, unregistered and junked
vehicles, trailers and boats at the request of the City's Police Department and Code Enforcement
Department; and
WHEREAS, issuance of a Request for Proposals (RFP) would allow the City to consider
proposals from vendors for the towing and storage of vehicles; and
WHEREAS, the City Commission of the City of Opa-locka desires to authorize the City
Manager to create and issue an RFP for the towing and storage of vehicles.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF OPA-LOCKA,FLORIDA:
Section 1. The recitals to the preamble herein are incorporated by reference.
Section 2. The City Commission of the City of Opa-locka hereby authorizes the City
Manager to issue a Request for Proposals (RFP) for the towing and storage of vehicles within the
City of Opa-locka.
Section 3. The City Manager is further authorized to take all necessary and
expedient action to effectuate the intent of this Resolution.
Section 4. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 22 day of JUT,y , 2009.
Resolution No. 0 9_7 9 fl 2
nr
.'-_ ',
PH L. KE' L
MAYOR
Attest: Approved as to form and legal sufficiency:
/
Deborah S. Irby Biirnade•e No is-Weeks
City Clerk Ci- -ttorney
Moved by: JOHNSON
Seconded by: TAYLOR
Commission Vote: 4-0
Commissioner Holmes: YES
Commissioner Johnson: YES
Commissioner Tydus: NOT PRESENT
Vice-Mayor Taylor: YES ` ,
Mayor Kelley: YES
CITY OF OPA-LOCKA
oQa-�ookq
P.
•
(0
ti
Zo N9
o
RpR 'tEO
RFP NO: 09-0814
TOWING AND STORAGE OF VEHICLES
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
*CITY OF OPA-LOCKA*780 FISHERMAN STREET*OPA-LOCKA*FLORIDA*33054*
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 1
LOc
oP F._..__ Kq
o4 z '`fo CITY OF OPA-LOCKA
9\
IN ` 0 TOWING AND STORAGE OF VEHICLES
%A"Ogaif-° RFP NO: 09-0814
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 8
Part III -Proposal Requirements 24
Part IV- Evaluation of Proposals 26
Proposer Qualifications 28
Debarment, Suspension Certification 29
Drug-Free Certification 31
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 2
�€__ , `9 CITY OF OPA-LOCKA
a
",.0 p,-EO,° Advertisement for Request for Proposals
RFP NO: 09-0814
TOWING AND STORAGE OF VEHICLES
Proposals for TOWING AND STORAGE OF VEHICLES will be received by the City of Opa-
Locka at the Office of the City Clerk, 780 Fisherman Street, 4th Floor, Opa-Locka, Florida
33054, FRIDAY-AUGUST 14, 2009. Any proposals received after the designated closing
time will be returned unopened.
The purpose of this Request for Proposal is to seek assistance of a qualified professional to
provide TOWING AND STORAGE OF VEHICLES to the City of Opa-Locka.
An original and five (5) copies of the proposal shall be submitted in sealed
envelopes/packages addressed to Deborah S. Irby, City Clerk, City of Opa-Locka, Florida, and
marked "RFP NO: 09-0814—TOWING AND STORAGE OF VEHICLES." Proposers desiring
information for use in preparing proposals may obtain a set of such documents from the
Clerk's Office, 780 Fisherman Street, 4th Floor, Opa-Locka, Florida 33054, Telephone (305)
953-2800 or copies of the RFP NO: 09-0814 requirements may also be obtained by visiting
the City's website at www.opalockafl.gov, (click "RFP/BIDS" located on the right hand side of
the screen and follow the instructions).
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: 09-0814 requirements.
Proposers may not withdraw their proposal for a period of ninety (90) days from the date set
for the opening thereof.
Deborah S. Irby
Deborah S. Irby
City Clerk
Dated:
Published: The Miami Herald
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 3
CITY OF OPA-LOCKA
RFP NO: 09-0814
TOWING AND STORAGE OF VEHICLES
PART I
PROPOSAL GUIDELINES
1-1. Introduction: The City of Opa Locka, Florida is seeking one or more Company(s) to
provide towing and storage of vehicles plus towing, storage and disposal of abandoned,
unregistered and junked vehicles, trailers and boats at the request of the City's Police
Department and/or Code Enforcement Department as defined herein. This contract is an
exclusive contract. The City reserves the right to award to a primary and secondary Company
or award to two (2) Companies for rotation towing services on a monthly basis.
1-2. Proposal Submission and Withdrawal: The City must receive all proposals in a
sealed envelope by 2:00 P.M. on FRIDAY, AUGUST 14, 2009. The proposals shall be
submitted at the following address:
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: 09-0814— TOWING AND STORAGE OF VEHICLES. 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) 953-2800 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 five (5) copies 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.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 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: Interested Proposers may contact the City's Purchasing Officer regarding
questions about the proposal by telephone at (305) 953-2868 x1307 or by facsimile at (305)
953-2900. 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
NO: 09-0814 so that they may read and interpret such for themselves. No employee of the
City is authorized to interpret any portion of this RFP NO: 09-0814 or give information as to
the requirements of the RFP NO: 09-0814 in addition to what is contained in the written RFP
NO: 09-0814 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 seven
(7) 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 NO: 09-0814 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 NO: 09-0814 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 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 NO: 09-0814 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.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 5
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.
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 of all news releases or other publicity pertaining to this RFP NO: 09-0814 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 NO: 09-0814 submittal. The proposal of any
Proposer who is not fully licensed and certified shall be rejected.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 6
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
process 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 was placed on the "Convicted Vendor List" unless that person or affiliate has
been removed from the list. By signing and submitting the RFP NO: 09-0814 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 Work
Place (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 prosecution of the
work.
1-18. Protests: Protests of the plans, specifications, and other requirements of the request
for proposal and/or bids must be received in writing by the City Clerk's Office at lease ten (10)
working days prior to the scheduled proposal opening. A detailed explanation of the reason for
the protest must be included. Protests of the award or intended award of the 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
effected 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.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 7
PART II
NATURE OF SERVICES REQUIRED
SCOPE OF SERVICES
2.0 INTRODUCTION
The City of Opa-Locka, Florida desires to secure one or more Company(s) to provide towing
and storage of vehicles, plus towing, storage and disposal of abandoned, unregistered and
junked vehicles, trailers and boats at the request of the City's Police Department and/or Code
Enforcement Department as defined herein. This contract is not an exclusive contract. The City
reserves the right to award to a primary and secondary Company or award to two (2)
Companies for rotation towing services on a monthly basis.
This contract will be for two (2) years beginning . The
City of Opa-Locka reserves the right to exercise the option to renew for one year periods not to
exceed five years.
Contract renewal shall be the City's prerogative; not a right of the contractor and will be
exercised based on satisfactory performance and determination that the contract is in the best
interest of the City.
It is the City's intent to have the successful Company(s) perform an initial City wide towing of
all abandoned, unregistered and junked vehicles, trailers and boats to be completed within
thirty (30) calendar days after notice to proceed. If the City awards the contract to two
Companies the initial City wide towing will be divided.
The division will be
All companies shall be qualified pursuant to law. The selected company(s) must be currently
licensed in the State of Florida with a record of performance and operation within Miami-Dade
County for a three year period of time immediately preceding this RFP. The selected
company(s) must have and maintain for the duration of the contract a current and valid City of
Opa-Locka towing permit. All aspects of this contract will be governed by all applicable local,
state and federal laws and regulations applying to the towing, storage, salvage and disposal of
abandoned, unregistered and junked vehicles.
2.1 BACKGROUND
The City of Opa-Locka was incorporated in 1926. The City has approximately 15,000
residents.
2.3 GENERAL REQUIREMENTS
Requirements presented in this section will apply to all sections of the RFP NO: 09-0814
except where exclusions are stated within a specific subsection. In such a case, exclusions will
apply only to the subsection in which they appear and will take precedence over General
Requirements. Such exclusions will apply only to the provision (sub-heading) under which they
appear. Unless specific exclusions are given, General Requirements will apply for all
provisions stated herein.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 8
The successful Company(s) shall be qualified for the removal, storage and/or disposal and
salvage of vehicles, junk vehicles, abandoned vehicles, trailers and boats or for any other
reason that arises from the streets or other areas within the City, or from other locations as
directed by the.Police Department and/or Code Enforcement Department. Disposal of vehicles
shall be in accordance with all applicable Environmental, Federal, State and local laws,
regulations, statutes and ordinances. Storage of vehicles shall be in accordance with all
Department of Motor Vehicles rules and regulations as outlined in the Florida Statutes,
regarding storage or impound of vehicles and/or an abandoned vehicle on any street, highway,
public or private property.
2.4 STORAGE FACILITIES and OWNER NOTIFICATION
A. The Company must have a facility located within fifteen (15) miles of the municipal
boundaries of The City of Opa-Locka and must be located in Miami-Dade County.
B. The Company shall have outside storage capacity for a minimum of 100 vehicles, properly
spaced to provide access for removal or addition of vehicles. Must have a durable surface,
Properly drained to prevent standing water, and enclosed. Shrubbery, trees and lawns shall be
maintained and junk tires and auto parts shall not be stored.
C. The Company shall have inside storage capacity for a minimum of seven (7) vehicles
dedicated to The City of Opa-Locka and shall be properly spaced to provide access for
removal or addition of vehicles. Shall have paved floor, i.e. concrete or asphalt, in a condition
acceptable by the Inspection Team/Evaluation Committee, 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'x12' per vehicle, with at least an 8' ceiling. Storage
area 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 Company's towing facility.
Said structure shall provide complete protection from weather and unauthorized entry.
Company shall have at least one bay with a lift capable of hoisting a vehicle six feet (6') off the
floor with a ceiling height to accommodate the same.
D. All storage facilities shall be secured from unauthorized entry at all times. Inside storage
facilities shall be open to The City of Opa-Locka Police Department for technical processing.
E. The Company will be responsible for storage of such vehicles for the period prescribed by
law, to keep them safe from damage, theft and property loss for this period.
F. Company shall be responsible for all thefts and damage to stored vehicles occurring while
the vehicle is in its possession.
G. The Company shall have office facilities which shall be a permanent structure (no
temporary trailers, mobile homes etc.) and which shall include but not limited to telephone,
facsimile, e-mail, telephone and rest room facilities and work space (i.e. desk). Physical plant
shall have name and mailing address on front of building. Plant shall be separate from any
other business or enterprises. TWENTY-FOUR HOUR SERVICE FOR RELEASE OF TOWED
VEHICLES SHALL BE AVAILABLE.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 9
H. The office and storage areas shall be easily accessible to the general public.
I. Vehicles designated for outside storage shall be charged at the outside storage rate. If
Contractor prefers to use inside storage, he shall not charge a higher rate than the outside
storage rate. If inside storage is felt necessary by the Contractor, approval must be given by
the impounding Officer or his/her supervisor.
2.5 EQUIPMENT REQUIREMENTS
The qualified Company shall provide and maintain and have available at all times a minimum
of four(4) Class A wreckers and slide back carriers, (4 combined); one Class B wrecker; and
one Class C wrecker.
All vehicles must be owned or directly leased by the Company. A rental agreement of Class B
or C wrecker when the Class B or C wrecker is required does not meet the qualifications of this
proposal.
All equipment shall be maintained in a state of readiness for response and be for the sole use
of the Company.
A. CLASS "A" WRECKER:
*Commercially manufactured, 15,000 GVW minimum rated capacity
*Commercially manufactured, single boom or hydraulic lift with 4 tons minimum capacity
* 8,000 lb. crane power driven winch w/ 100' 3/8" steel core cable
*Universal tow sling with safety chains or wheel lifts
*One 3-ton snatch block
*Dolly equipped, 2000 lb. capacity
*Proper safety lights - Amber L.E.D., strobe, or rotating exterior mounted lights - 2 rear flood
lights
*Slings and protective devices to prevent damage to towed vehicle
*Motorcycle sling
*2-way radio
B. SLIDE BACK CAR CARRIER:
*Commercially manufactured, 26,000 lbs. GVW rated capacity, with minimum 102" C.A.
*Hydraulically powered winch pulling capacity of not less than 4-tons
* 12,000 lb. power driven winch w/ 100' 3/8" steel core cable
*100' 3/8" steel core cable
*Minimum 17' hydraulically operated slide back or tilt bed
*One 4-ton snatch block
*Tie down chains
*Proper safety lights —Amber L.E.D., strobe or rotating exterior mounted lights
*2-way radio
C. CLASS "B" WRECKER:
*Commercially manufactured, 26,000 lbs. GVW minimum rated capacity
*Commercially manufactured, hydraulic or boom capacity of not less than 16- tons
independently
or jointly when multiple booms are used
* Two 12,000 lb. power driven winches w/ 100' 7/16" steel core cable
*Two snatch blocks, each 8-ton capacity
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 10
*Tow sling with safety chains or tow bar
*Brake lock
*Proper safety lights — Amber L.E.D., strobe or rotating exterior mounted lights - 2 rear flood
lights
*2-way radio
D. CLASS "C" WRECKER:
*Commercially manufactured, 35,000 lbs. GVW minimum rated capacity
*Commercially manufactured, hydraulic or booms with 25-ton total capacity
*Brake lock
*Tow bar
*Two snatch blocks, each 12-ton capacity
*Rear support jack or outriggers
*Proper safety lights —Amber L.E.D., strobe or rotating exterior mounted lights - 2 rear flood
lights
*2-way radio
E. EQUIPMENT REQUIRED ON EACH VEHICLE
*Sand (50 lbs. minimum) or oil absorbent material
*Heavy duty broom
*Reflectors
*Safety cones (2 minimum, day-glow orange with dual band 4" to 6" reflective bands, 3' high)
*Shovel
*Extra 2-ton capacity towing chain — 7 to 8' with hooks
* Jack and tire changing tools
*Axe
*Fire extinguisher— 5 lb. dry chemical U.L. approved
*First aid kit, minimum 16 units
F. ADDITIONAL EQUIPMENT AND TOOLS:
*Any special equipment and tools necessary for the removal of abandoned vehicles in unusual
locations.
*Portable cutting device
*Porto-power of 10-ton capacity
2.6 SERVICE REQUIREMENTS
A. Communications: The Company shall provide a 2-way radio communication system
adequate to cover The City of Opa-Locka. The Communication System shall be between the
Company's base station and all service trucks utilized in providing service. The Company shall
notify the Police Department and Code Enforcement Department of any additional telephone
numbers and/or changes. The phone system must include an automated ring down line to the
Opa Locka Police Department dispatcher with a power backup.
B. Protection of vehicles and property: The Company shall assume responsibility for any and
all articles of value left in the impounded vehicles and abandoned vehicle and listed on the
vehicle storage receipt. Company shall replace any such article upon verification of the loss by
the designated investigative agency representing the City and/or Code Enforcement Officer
representing the City. Company may be required, by the impounding officer and/or Code
Enforcement Officer, to provide special weather protection, officer will note requirement on
storage receipt.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 1 1
The Company shall provide storage for all impounded vehicles in the outside storage areas
unless specific written instructions are given for inside storage by the impounding officer.
Specific written instructions for inside storage include any language indicated in the "Reason
for Hold" block of the Vehicle Storage Receipt stating "Crime Scene Processing",
"Fingerprinting," "Latents", "Lab Processing," or any other words detailing a need to store a
vehicle inside. Once the necessary processing is completed and the hold is released, the
Company may, at its option, keep the vehicle stored inside, however, only the outside storage
rates may be charged after the release of the hold.
C. Location Changes: The Company shall not change type of storage (inside or outside)
without written permission from the Police Department. The Company shall not change facility
location without written permission from the Police Department and/or Code Enforcement
Department.
D. Request for Service: All requests for service shall be made through The City of Opa-Locka
Police Department and/or Code Enforcement Department. The City reserves the right to
cancel a request for service at any time, including up to the time of hookup. Hookup consists of
complete mechanical connection. The Company shall not charge for a mere response to a
service call. The City will strive to keep applicable towing requests for abandoned vehicles
within the normal work week, however, the City may, from time to time, require weekend
towing service of abandoned property. The City will give Company prior notice of these times.
E. Response Time: The Company shall respond to requests for service from the Police
Department within twenty (20) minutes of the call for service and within thirty (30) minutes of
the call for service from the Code Enforcement Department. On occasion the Code
Enforcement Department will operate a towing project in a specific geographic area; prior to
the commencement of these projects the Department will provide the Company with a
minimum of 24 hours notice.
Company shall assess the call for service from the Police Department immediately, if unable to
respond in twenty (20) minutes, they shall call a subcontractor to respond to the City's call.
F. Subcontractors: Any and all subcontractors used to respond to service calls of the City of
Opa-Locka are required to receive prior approval from the City of Opa-Locka for such
subcontract work. Each Subcontractor shall have a current and valid City of Opa-Locka towing
permit. When a subcontractor is used, billing should be from the Company in accordance with
the City's rate structure.
The Company is fully responsible to the City for the acts and omission 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. Prior to any subcontractor's response to City calls for service, the Company shall
obtain written approval of any subcontractors used within the terms of the contract, and shall
submit for approval to the City's Procurement Manager Certificates of Insurance.
Subcontractors must maintain the types and limits of insurance as required of the Company.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 12
G. Clean Up: Company's truck operators shall be responsible for removing glass and/or other
debris from the street as a result of a traffic crash. The debris shall be placed in a suitable
container, removed by the operator and disposed of in accordance with all applicable laws. No
debris shall be left at curb-side.
H. Wrecker Markings: The name of the Company, telephone number, address and vehicle fleet
number shall be displayed on the driver and passenger side doors of the vehicle in
commercially lettered characters at least three (3") inch high, contrasting colors, permanently
affixed to the vehicle as required under Florida Statute 713.78(8). All vehicles shall display, in
accordance with the Miami-Dade County Code a current decal issued by the Consumer
Service Department (CSD) and a current decal issued by The City of Opa-Locka Code
Enforcement Department. There shall be no literature or markings on any vehicles or building
or correspondence that indicates or tends to indicate any official relationship between the
Company and the City of Opa-Locka or any other governmental entity.
I. Attendant on Duty: The Company shall make available on a twenty-four(24) hour basis
attendants and equipment for immediate response to calls for service from the Opa-Locka
Police Department. In addition, the Company shall have adequate personnel to staff the
storage facility and office from 8:00 a.m. to 6:00 p.m., 7 days a week, for the purpose of
releasing vehicles to owners. The Company shall provide on-call personnel to release vehicles
between 6:00 p.m. to 8:00 a.m., at the request of the Opa-Locka Police Department
Communications Shift Supervisor, for emergency purposes only. On call personnel should be
available to release vehicles within one (1) hour of the request for release. The Company shall
provide a visible sign on the outside of their facility) indicating the hours of operation.
J. Holidays: Notwithstanding the above requirements, three holidays will be recognized as
days the Company can close and still charge for storage: Thanksgiving Day, Christmas Day,
and New Year's Day. The Company that elects to close on these holidays shall provide access
to vehicle owners that attempt to claim their vehicles. A sign shall be posted outside selected
business with a telephone number, to reach the Company to respond and release vehicles to
owners, during what would have been regular business hours on these holidays.
K. Impounding Vehicles: The Company shall impound such vehicles as requested by the
police officer on duty at the scene. The police officer on duty shall have sole authority to
determine when a vehicle should be impounded and the tow truck operator shall abide by the
decision of the police officer.
The police officer/code official on duty at the scene is responsible for obtaining the information
required on the Vehicle Tow/Storage Receipt. The wrecker driver shall not remove a vehicle
from the scene without a copy of the Vehicle Tow/Storage Receipt, unless the removal is at the
owner's request.
L. Owner Notification: The Company shall be responsible for notifying the registered owner or
agent of the location of the vehicle within forty-eight (48) hours of impoundment, by certified
mail, if the owner's identity has been supplied on the Vehicle Storage Receipt. If the owner's
identity is not supplied, the selected company shall notify the registered owner or agent as
soon thereafter as the information is received in accordance with F.S. 713. The Company shall
maintain a log at their place of business listing date, time, and method of notification.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 13
2.7 REPORTS
In addition to the Vehicle Storage Receipt, written by The City of Opa-Locka Police or Code
Enforcement Personnel at the scene, the Company shall be responsible for preparing and
maintaining at the place of business:
A. A daily log of all calls for service by the City of Opa-Locka Police Department will be kept
listing date, time of request and time of arrival on scene, and method of notification. This log
and two copies will be submitted to the Police Department once each month on the first
Monday of the month.
B. A log and two copies of all unclaimed vehicles over thirty (30) days will be submitted to the
Police Department once each month on the first Monday of the month. A log of all vehicles with
"HOLD" for over seven (7) days will be submitted also.
C. A notification log indicating date, time, and method of notification to the registered owner of
an impounded vehicle, as in accordance with State of Florida Statues 713, EXCEPT THAT
NOTIFICATION MUST BE MAILED, BY CERTIFIED MAIL, 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.
D. Vehicles stored for the City shall be marked in a conspicuous location with a yellow grease
pencil Opa-Locka Police Department case number, or Opa-Locka Code Enforcement case
number, date towed, and inventory number. A report submitted on the 10th of each month
shall contain the VIN number, Tag number, year, make and if holds have been placed on the
vehicle, showing when and how it was released, destroyed, or still being held.
E. Company shall copy the Police Department on any correspondence with the vehicle owner
at the same time correspondence is sent to vehicle owner but not later than next calendar day.
2.8 SEIZED VEHICLES & INVESTIGATION
Vehicles seized for investigative purposes pursuant to The City of Opa-Locka Police
Department instructions shall be stored at no charge until the Police Department either notifies
the Company to tow the vehicle to a City location or instruct the Company to charge the owner
of the vehicle for towing and storage in accordance with the rate structure.
2.9 VEHICLE RELEASE
A. Company shall directly release any vehicles which have not been marked "HOLD",
providing the proper proof of identification and ownership is presented. Any vehicles towed
which have been marked "HOLD" may not be released without written authorization from the
City of Opa-Locka Police Department supervisor assigned to the holding unit where applicable.
Proper proof of identification and ownership shall consist of sufficient identification of the
person whose name appears on the title or registration certification as the registered owner of
the vehicle or to the authorized agent of such person.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 14
B. Vehicles impounded for over forty-five (45) days or that remain impounded for over forty-five
(45) days after a "HOLD" has been released, may be sold at auction. The Company will be
entitled to the cost of towing and recovery, storage, notifications, and cost of processing, and
auctioning the vehicle. Company must state on attached Price Sheet the cost for processing
and auctioning each vehicle. The remainder of the proceeds will be remanded to The City of
Opa-Locka.
Vehicles may not be held in impoundment unnecessarily for the purpose of recovering
additional fees for storage. It will be the sole discretion of the City as to what is a reasonable
number of storage days for which fees may be recovered.
2.10 FINANCIAL — RATES
A. The applicable tow rate structure (Class "A", Class "B", or Class "C") shall depend upon the
requirements of the towed vehicle rather than the actual tow truck used; i.e. if a Class "B"
wrecker is used to tow a sedan, the Class "A" rate structure shall be the basis for charges
imposed.
If Company elects to use a car carrier in lieu of a dolly tow when only a dolly tow is required,
the lower rate shall apply except if owner or police officer specifically requests use of the car
carrier.
B. The basic tow rate for each class of wrecker shall include clean-up at an accident scene,
the first ten miles from the scene of accident and the minimum guarantee to The City of Opa-
Locka.
C. The Company will pay to the City payments to be deducted from the fees collected by the
Company and paid on a monthly basis. The Company will guarantee no less than ten percent
(10%) of the gross value of the tows. Proposer shall state guaranteed percent on Proposal
Schedule for Towing Services.
D. Waiting time and extra labor cost; i.e. "Retrieving", special handling, accomplished within
sixty (60) minutes of arrival at the scene shall be included in the base tow rate. If, and only if,
such waiting time or extra labor consumes more than sixty (60) minutes, an extra waiting time
or extra labor charge per fifteen (15) minutes or any fraction thereof, may be assessed by the
Company commencing sixty minutes after arrival at the scene.
E. The Company shall collect all towing and storage fees, in compliance with those rates
established by a City of Opa-Locka Resolution as amended by City Commission from time to
time, from the owner of the vehicle or his authorized representative after the City of Opa-Locka
Police Department has approved release of the vehicle from the storage area.
F. Daily storage charges shall be predicated upon each twenty-four hour period, such charges
beginning at the actual time of impounding, e.g. 1:00 p.m. Monday, to 12:59 p.m. Tuesday, will
represent one storage-charge day. Pursuant to Florida Statues 713.78(2), no storage fee shall
be charged if such vehicle is stored for less than six hours.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 15
G. If owners do not apply for release of the vehicle within the statutory period (F.S. 713.78),
the Police Department must be notified prior to any procedure to junk or otherwise dispose of
vehicle.
H. Whenever an impounded vehicle is claimed by the owner, they shall be furnished with an
itemized statement of all charges for the impounding of the vehicle. The Company shall
receive from vehicle owner a receipt and release for the vehicle and all personal property
therein, and the Company shall retain receipts for one year.
I. The City of Opa-Locka shall not be held responsible or liable to the Company for
nonpayment of any towing or storage fees to the Company by the owner of the vehicle.
J. Personal property in the vehicle stored by the Company shall not be disposed of to defray
any charges for towing or storage of vehicles without a court order.
K. At the discretion and/or direction of the City cleanup of hazardous materials at a crash
scene or contract for hazardous materials cleanup may be necessary. The Company may
charge the actual fee for the cleanup plus 20% for administrative and other cost related to the
hazardous materials cleanup, remediation of the environment and proper disposal of materials
recovered and remediated from the scene. Copies of actual charges must be submitted to City.
L. Company shall prominently post, in an area designated to transact business with the vehicle
owner or his authorized agent, a notice in letters not smaller than 1/2" in height advising the
owner/agent of his/her right to request and review a complete schedule of the charges and
rates for towing services provided at the City of Opa-Locka' Police request. Such notice shall
also be affixed to or printed on each invoice submitted to the owner/agent of the towed vehicle.
Company shall display on same sign as above the following statement:
"If you believe you have been overcharged for the services rendered, you are not
required to pay your bill to have your car released. You have the right to post a bond in
Circuit Court, payable to (Name of Company) in the amount of the final bill for
services rendered, and file a complaint within five (5) days of the time you have
knowledge of the location of the vehicle and the Court will decide later who is right. You
must show a valid Clerk's certificate that you have posted bond and your vehicle will be
released immediately."
2.11 ADMINISTRATIVE FEES
A maximum charge not exceeding $30.00 (not as an automatic "add-on", but only when
required to comply with Florida Statutes) may be imposed by the Company for administrative
services, processing of paperwork, clerical work or title research. Administrative charges refer
to and include verification of VIN, search of vehicle for ownership information, preparation of
paperwork required by Florida Statutes, preparation and mailing of the notification letter. The
Company will be required to justify additional letters and charges. Hence, no other charges
such as special inspection, release charges, or additional Company's administrative fees may
be imposed.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 16
2.12 PAYMENT
A. The vehicle owner and/or operator is responsible for payment of charges imposed by the
Company.
B. Company shall advise any vehicle owner or authorized representative who calls by
telephone prior to arriving at the storage site of the following:
a. All documents required to retrieve the vehicle;
b. Exact charges as of the time of the telephone call and the rate at which charges
accumulate after the call;
c. Acceptable methods of payment; and
d. Hours and days the storage site is open for regular business
C. Company shall itemize all bills; to number all bills in correspondence with the applicable City
of Opa-Locka Police Department tow sheet number; and to submit duplicate copies of the
original of all bills to the City of Opa-Locka Police Department on the tenth of each month. A
copy of these bills shall be attached to the copy of the vehicle storage receipt.
THE BILL MUST BE COMPLETELY FILLED OUT.
a. Company shall accept payment from the vehicle owner or authorized representative
for charges in any of at least two of the following forms:
b. Cash, money order or valid traveler's check
c. Valid bank credit card or debit card
d. Valid personal check showing on its face the name and address of the vehicle owner
or authorized representative
e. Clerk certificate of bond
2.13 ABANDONED/UNCLAIMED VEHICLES
The Company may charge the City one time and one time only for the initial City wide towing
of all abandoned, unregistered and junked vehicles, trailers and boats. The charge shall not
exceed a maximum of$ per each half of City. Abandoned vehicles will be stored
and disposed of AT NO COST TO THE CITY. If the Company has a charge for the initial
City wide towing, cost shall be entered on price sheet.
The Company may not charge the City for any calls placed for the towing of abandoned,
unregistered and junked vehicles once the City wide towing of abandoned, unregistered and
junked vehicles, trailers and boats has been completed.
The abandoned/unclaimed property may be partly or entirely dismantled or may consist of only
a minor or major portion of the body or framework. The abandoned property may not have
tires, may be full of debris and difficult to remove.
2.14 CLAIMED VEHICLES
No charge will be made to the City if the registered owner pays for the towing or arranges to
turn over title to the Company and pay whatever fees the Company may agree to. The
Company shall be entitled, from vehicles owner, all allowable fees for class of vehicle towed.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 17
2.15 CITY RESPONSIBILITIES
The City shall supply the Company with an exact description and location for each abandoned
vehicle/item requiring towing/removal. The City shall insure to the Company compliance with
all legal and procedural requirements governing the notification of vehicle owners and lien
holders in connection with demolition of abandoned vehicles as set forth in applicable laws,
statutes and regulations. The City shall provide the Company, all documentation necessary for
the Company to take legal possession of the vehicle.
The City's Code Enforcement Officer must accompany the Company when attempting to pick
up a vehicle under this agreement.
The City will ensure that the Company has a current rate structure to ensure proper invoicing
amounts.
2.16 INVOICING THE CITY
If the Company is charging the City for the City wide towing, invoicing for services rendered will
include the following information:
a. The Company's name, address, phone number and contact person shall appear on
all Invoices for each vehicle towed —the year, make, license number and state license
was issued for, or VIN (Vehicle Identification Number) must be documented on the
Vehicle Impound/Inventory Form. If no license plate is attached to the vehicle, the
location, date of the impound and the towing charges shall be noted. Should the vehicle
to be towed be a pile of parts or pieces with no license plate or VIN available, then the
date and location of said tow shall be indicated. Under year, make and state license
should appear"PARTS ONLY".
The amount permitted to be charged the City will be the same as for a complete vehicle tow.
b. All invoices should be sent to the following address unless otherwise specified:
City of Opa-Locka Finance Department
P 0 Box 540371
Opa Locka, Fl 33054
2.17 ADDITIONAL FEE —ABANDONED/UNCLAIMED VEHICLES
No additional fee may be charged for lien sale processing, if the owner of the abated vehicle
contacts the Company for release of their vehicle, the Company shall charge prevailing rates
to the owner for towing and storage as dictated by current Florida towing rules and regulations.
No charge will then be made to the City if the registered owner pays for the tow or if he
arranges to turn over title to the Company and pay whatever fee the Company may agree to.
The Company must immediately call the Florida Division of Motor Vehicles office when a
vehicle is picked up and cleared from the tow service. Company must also contact the DMV if
the tow service agrees to a surrendering of title and payment in some other amount to clear
the service to insure that the Florida Division of Motor Vehicles file is cleared and no citation
issued to or letter sent for payment to the abandoned vehicle owner.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 18
2.18 CITY VEHICLES
The City of Opa-Locka' vehicles up to and including 3/4 ton trucks shall be towed and/or
serviced by the Company at no charge to the City. Towing or servicing for City of Opa-Locka
vehicles over 3/4 tons shall be at reduced contract rates. State the rate to be charged on price
sheet.
Calls for towing City of Opa-Locka vehicles shall be responded to within twenty minutes. If
unable, Company shall call a subcontractor to respond, and the Company will be responsible
for any fee.
City of Opa-Locka vehicles up to and including 3/4 ton trucks being towed from beyond 10 miles
outside of city limits may be charged at a rate stated not to exceed $25.00 and $1.00 per mile
beyond the 10 miles as stated above. Vehicles over % tons may be charged at a rate not
to exceed $60.00 and $2.00 per mile beyond the 10 miles as stated above. State rate to be
charged on the price sheet.
2.19 ADDITIONAL REQUIREMENTS
From time to time where it is to the advantage of the City of Opa-Locka it may be necessary for
the City to pay the Company on an hourly basis. These times may include but are not limited to
events such as parades, sporting events, natural disasters, or other such special events. At
many times this may be on stand-by basis and the number of wreckers used will be above the
required wreckers to be available to the City under normal circumstances. Light-duty hourly
and standby rates may not exceed $60.00 per hour. Medium-duty may not exceed $80.00 per
hour. State rate to be charged on the price sheet
2.20 PERFORMANCE BOND
The successful proposer will be required to furnish to The City of Opa-Locka, a Performance
Bond in the amount of$25,000.00, to be in the form of a Cashier's Check, made payable to the
City of Opa-Locka; a bond written by a surety company authorized to do business in the State
of Florida and shall comply with State Statute 287.0935; or an Irrevocable Letter of Credit. If
the latter is chosen, it must be written on a bank located in Miami-Dade County, be in the
amount of the contract and should clearly and expressly state that it cannot be revoked until
express written approval has been given by the City of Opa-Locka. The City, to draw on same,
would merely have to give written notice to the bank with a copy to the successful proposer.
The bond must be in effect the term of the contract.
2.21 TERMS AND CONDITIONS OF CONTRACT
The Company will be required to enter into a non-exclusive contract with the City incorporating
this Request for Proposals and the documents submitted by the proposer. The Company shall
not assign, transfer, or subcontract this contract either in whole, or in part, without prior written
approval of the City.
The successful Company shall be awarded a contract for two (2) years. The City of Opa-Locka
reserves the right to exercise the option to renew for one year periods not to exceed five years.
Contract renewal shall be the City's prerogative; not a right of the contractor and will be
exercised based on satisfactory performance and determination that the contract is in the best
interest of the City. Options for renewal will only be exercised upon mutual written agreement.
City will award to a primary and secondary contract.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 19
2.22 DEFAULT/FAILURE TO PERFORM
The City shall be the sole judge of nonperformance, which shall include any failure on the part
of the successful proposer to accept the award, to furnish required documents, and/or to fulfill
any portion of this contract within the time stipulated.
Upon default by the successful proposer to meet any terms of this agreement, the City will
notify the Company three (3) days (weekends and holidays excluded) to remedy the default.
Failure on the Company's part to correct the default within the required three (3) days shall
result in the contract being terminated and upon the City notifying in writing the Company of its
intentions and the effective date of the termination. The following shall constitute default:
a. Failure to perform the work required under the contract and/or within the time
required or failing to use the subcontractors, entities and personnel as identified and set
forth, and to the degree specified in the contract.
b. Failure to begin the work under this contract within the time specified.
c. Failure to perform the work with sufficient workers and equipment or with sufficient
materials to ensure timely completion.
d. Neglecting or refusing to remove materials or perform new work where prior work has
been rejected as non conforming to the terms of the contract.
e. Becoming insolvent, being declared bankrupt, or committing an act of bankruptcy or
insolvency or making an assignment that renders the successful bidder incapable of
performing the work in accordance with and as required by the contract.
f. Failure to comply with any of the terms of the contract in any material respect.
In the event of default of a contract, the successful Company shall pay all attorney's fees and
court costs incurred in collecting any damages. The successful Company shall pay the City for
any and all costs incurred in ensuing the term of the contract.
2.23 CANCELLATION
The City of Opa-Locka reserves the right to cancel this contract by written notice to the
Company effective the date specified in the notice should any of the following applies:
• The Company is determined by the City to be in breach of any of the terms and
conditions of the contract and/or to have failed to perform his/her services in a manner
satisfactory to the City. No consideration will be given for anticipated loss of revenue or
the canceled portions of the contract.
• The City has determined that such cancellation will be in the best interest of the City to
cancel the contract for its own convenience. The Company shall agree to indemnify and
hold harmless and pay on behalf of the City, for any liability and/or legal costs arising
out of any claims and litigation related to the services provided, including any actions
that may arise from allegations regarding determination of appropriateness or
inappropriateness of care or any acts, errors or omissions related to the service
provided.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 20
2.24. RIGHTS TO AUDIT
The Company may be subject to audit by federal, state and local agencies pursuant to this
contract. The Company shall maintain adequate records to justify all charges, expenses and
cost incurred in performing the services hereunder for at least three (3) years from the date of
contract ending date. The City shall have access to such books, records, and documents for
the purpose of inspection or audit during normal business hours at a place convenient and
agreeable to the Company and the City.
MAXIMUM NON -CONSENT TOWING RATE SCHEDULE
Private Property Impound Tow List Rate
Class A
Rate if released on scene
Class B
Class C
Class D
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 may be charged after
the proper police authority has been notified and the vehicle has been in the possession
of the towing operator for at least 6 hours.
Police Directed Tow (First Ten Miles/60 Minutes) List Rate
Class A
Class B
Class C
Class D
For all police directed Tows the mileage begins at/from the accident scene not form
dispatch.
Per mile fee for Police Directed Tow (After first Ten Miles/60 Minutes) List Rate
Class A
Class B
Class C
Class D
Extra Time at Scene for Police Directed Tow List Rate
Class A
Class B
Class C
Class D
First hour to be included in the initial cost per call (Charges are 15 minute intervals).
Tow Company must have the written documentation and approval of the investigating
law enforcement agency/officer.
Daily outdoor storage-vehicles 20' or less
After first 6 hours (Chargeable in 24-hour increments)
Daily outdoor storage — vehicles longer than 20'
After first 6 hours (Chargeable in 24-hour increments)
Daily outdoor storage — small personal vehicles
(i.e., motorcycles, ATV's, scooters, etc.)After first 6 hours (Chargeable in 24-hour
increments)
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 21
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.
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 investigative or investigating
police agency.
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.
Underwater Recovery Salvage Divers
For First Hour/ per river
For each additional 15 minutes
(Per '/ hour or any fraction thereof over the first hour/per diver)
This covers underwater recoveries performed by a certified/professional diver with the
written documentation and approval of the investigating law enforcement officer/agency.
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)
Lowboy Services
Tow Rate (hook-up and 1st 1/2 hour at scene
Per Towed Mile after first 5 miles
Extra Labor/waiting time at scene (after first 1/2 hour) per '/ hour thereafter
Towing Permit Fees
Annual Towing Permit fee
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 22
ADDITIONAL RESTRICTIONS:
A. The applicable tow rate structure (Class "A", Class "B", or Class "C") shall
depend upon the requirements of the towed vehicle rather than the actual tow
truck used; i.e. if a Class "B" wrecker is used to tow a sedan, the Class "A" rate
structure shall be the basis for charges imposed. If Company elects to use a car
carrier in lieu of a dolly tow when only a dolly tow is required; the lower rate shall
apply except if owner or police officer specifically requests use of the car carrier.
B. Waiting time and extra labor cost; i.e. "Retrieving", special handling,
accomplished within sixty (60) minutes of arrival at the scene shall be included in
the base tow rate. If, and only if, such waiting time or extra labor consumes more
than sixty (60) minutes, an extra waiting time or extra labor charge per fifteen
(15) minutes or any fraction thereof, may be assessed by the Company
commencing sixty minutes after arrival at the scene.
C. Daily storage charges shall be predicated upon each twenty-four hour period,
such charges beginning at the actual time of impounding, e.g. 1:00 p.m. Monday,
to 12:59 p.m. Tuesday, will represent one storage-charge day. Pursuant to
Florida Statues 713.78(2), no storage fee shall be charged if such vehicle is
stored for less than six hours.
D. Whenever an impounded vehicle is claimed by the owner, he/she shall be
furnished with an itemized statement of all charges for the impounding of the
vehicle. The Company shall receive from vehicle owner a receipt and release for
the vehicle and all personal property therein, and the Company shall retain
receipts for one year.
E. The City of Opa-Locka shall not be held responsible or liable to the Company
for non-payment of any towing or storage fees to the Company by the owner of
the vehicle.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 23
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 1/2 "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:
1. An original copy (so marked) of the proposal and five (5) copies must be sealed in one
package and clearly labeled "RFP NO: 09-0814 — Request for Proposal for TOWING
AND STORAGE OF VEHICLES" on the outside of the package.
2. Title Page showing the request for proposal number, subject, the firm's name, the
contact person's name, address and telephone number and the date of the proposal.
3. Table of Contents should include a clear and complete identification of the materials
submitted by section and page number.
4. Transmittal Letter summarizing in a brief and concise manner the Proposer's
understanding of the work to be performed, the commitment to perform the work within
the anticipated time period, a statement why the firm believes itself to be best qualified
to perform the engagement, and a statement that the proposal remains in effect for
ninety (90) days. An authorized agent of the Proposer must sign the Letter of
Transmittal indicating the agent's title or authority.
5. Experience and qualifications of the firm with the name, address, telephone number,
licenses and certifications of the principals of the proposing firm, number of years the
firm has been in business, and five similar government entities (specify name of entity,
contact person, address and phone number), for whom your firm has provided services
within the last five years including a brief description of the project, and contract award
amount. The City may contact these references.
6. Detailed Proposal with all the required information and signatures as specified, including
a work plan, schedule and any additional information relevant to the scope of work. The
detailed proposal should follow the order set forth in this Request for Proposal.
7. Executed copy of Drug Free Workplace Form attached to this Request for Proposal.
8. Statement acknowledging receipt of each addendum issued by the City.
9. Proposal must be signed by an officer or employee having authority to legally bind the
Proposer.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 24
3-4 TECHNICAL PROPOSAL
The purpose of the technical proposal is to demonstrate the qualifications, competence, and
capacity and methodology of the firms seeking to provide the services in conformity with the
requirements of this Request for Proposal. As such the substance of proposals will carry more
weight than their form or manner of presentation. The technical proposal should demonstrate
the combined qualifications of the firm and of the particular staff to be assigned to this
engagement. It should also specify an approach that will meet the Request for Proposal
requirements.
The technical proposal should address all of the points outlined in the Request for Proposal.
The proposal should be prepared simply and economically, providing a straightforward,
concise description of the Proposer's capabilities to satisfy the requirements of the Request for
Proposal. While additional data may be presented, the following subjects must be included —
Licenses, Firm Qualifications and Experience, Staff Qualifications and Experience, Similar
Projects with Other Government Entities, Specific Approach, and Proof of Insurance.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 25
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 Purchasing Officer will chair the committee.
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 NO: 09-
0814including a detailed explanation of how the services shall be performed.
4-2 EVALUATION CRITERIA
Award shall be made to the responsible offeror whose proposal is determined to be the most
advantageous to the City, taking into consideration the evaluation factors set forth below.
A. Evidence of ability, and finances of Company to provide and meet the
requirements of the RFP NO: 09-0814 (MAX 20 points)
B. Evidence of equipment, vehicles and storage facility to meet the requirements of
the RFP. Miami-Dade license must be submitted. (MAX. 20 points)
C. Guarantee percentage of the gross value of City (MAX. 20 points)
D. One time cost for City wide towing of abandoned property (MAX. 15 points)
E. Cost for towing City owned vehicles (MAX. 15 points)
F. Responses of referenced ( MAX. 5 points)
G. Company's with an office located in the City of Opa Locka. Copy of Business Tax
Receipt and Certificate of Use required. If the local company is a subcontractor,
the proposer must delineate the specific elements of work the local company will
perform and the dollar value of the work as a percentage of the total contract
value. This documentation must be signed by both the proposer and local
company to confirm their intent to establish a business relationship and confirms
the local company percent. (MAX. 5 points)
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.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 26
The Evaluation Criteria may be changed for the oral presentations 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.
It is expected that a contract will be negotiated within sixty (60) days of Commission approval.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 27
0,,LOCka. RFP NO: 09-0814
:
Ov pIOCyQ..
CITY OF OPA-LOCKA
• t�:—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.
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 29
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 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
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 30
°°k CITY OF OPA-LOCKA 0 i eF
0
• �M1
uau,J
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
RFP NO: 09-0814 TOWING AND STORAGE OF VEHICLES 31