Loading...
HomeMy WebLinkAboutItem #24 Award of RFP #11-002 City-Wide Wrecker Towing Services Center of Good LA, 0 0 0 AGENDA ITEM COVER SHEET Meeting Date: December 6, 2011 Item # o� Reviewed By: _ Contact Name: Joyce Tolbert Department Director: .41141M Contact Number: 1516 City Manager: P ' . Subject: Award of RFP #11 -002 City -wide Wrecker Towing Services Background Summary: The City has been using various towing companies on a rotational basis for the wrecker towing services for public roads and City vehicles. However, the public was being charged different rates and the rotation list was increasing creating the need for additional staff time to verify new companies and for tracking purposes. The estimated current annual towing charges for the public roads is $130,000 (approx. 740 tows annually) and the approximate current annual cost for City vehicles is $10,000 (approx. 85 tows annually) for a total of $140,000. However, this contract would provide for the towing of City vehicles at a reduced cost, with no charge for Class A (up to 10,000 pounds) vehicles. With this contract, the public will be charged across the board rates at reduced costs. The City Of Ocoee, Florida, in conformance with CH. 21 Purchasing Code and State of Florida Statutes, solicited competitive proposals from experienced Contractors to establish a multi -year Contract for City-wide Wrecker Towing Services. This contract is for the removal and storage of non -City owned vehicles that are abandoned, creating a traffic hazard, disabled from a traffic crash, or for non - consensual removal of vehicles from public streets and areas within the City. This contract does not include towing vehicles from private property with public access, (i.e. businesses). Additionally, this contract includes the towing, storage, and roadside assistance for City vehicles. Respondents could bid on either Category One - Light (up to 19,:• 00 pounds) or Category Two - Heavy (over 19,500 pounds) or both categories, plus other proposal items listed on the Proposal Form. The City intends to award a contract to one or more experienced Contractors. The contract shall automatically be renewed annually unless terminated by the City in writing, for a maximum of five (5) years from the date of execution, with an optional one (1) year renewal. The contract may include a clause authorizing annual price adjustments. The RFP was advertised on August 7, 2011 and was publicly opened on September 13, 2011. The Finance Department reviewed the qualification packages and all were considered responsive. Complete copies of all responses are available in the Finance Department for your review. The four (4) responses were evaluated by the RFP Selection Committee, which was comprised of five (5) members appointed by the City Manager: Michael Bryant, PD Lieutenant; Brad Dreasher, PD Lieutenant; Doug Gaines, Assistant to the City Manager; Steve Krug, Public Works Director; and Bill Simmons, Fleet/Sanitation Operations Manager. The selection committee meeting to discuss selection and negotiation strategies was held on October 6, 2011. The public RFP selection committee meetings were held on October 13, 2011 and November 2, 2011 with the Selection Committee evaluating and short- listing the firms on specific evaluation criteria, conducting interviews with the respondents, and individual inspections of the towing companies' facilities. Please see the attached shortlist/evaluation form. The selection committee recommends contracting with the following top ranked company: 1. The Car Store of West Orange Inc. 2. Johnson's Wrecker Service Inc. 3. Sly's Towing & Recovery LLC 4. Ace Wrecker Services This selection committee chose one vendor, The Car Store, to be responsible for the wrecker towing services for the City 1 including subcontracting out any work necessary to meet the time requirements, as long as the City is invoiced through The Car Store at the contracted rate. However, the City will reserve the right to use another vendor should The Car Store fail to perform for whatever reason. This recommendation was to come before the City Commission for consideration and vote on November 15, 2011; but consideration has been continued to the December 6, 2011 City Commission meeting in light of a protest received from Johnson's Wrecker Service Inc. The City received a letter of protest from Gregory M. Wilson, Attorney for Johnson's Wrecker Service Inc. on November 11, 2011, see attached, protesting the selection committee's method of scoring for the "Facilities" criterion and the successful proposer's pricing. The City denied the protest in the attached response letter dated November 18, 2011. Issue: Award the term contract for city-wide wrecker towing services for public roads and City vehicles to The Car Store of West Orange Inc., as recommended by the Selection Committee. Recommendations Staff recommends that the City Commission award the term contract for RFP #11 -002 to the Car Store of West Orange Inc. in the amount of unit prices proposed, and authorize the Mayor, City Clerk, and staff to execute all necessary contract documents; and issue purchase orders for the City vehicles portion up to the budgeted amount each fiscal year. Attachments: 1. RFP #11-002 2. Car Store Proposal 3. Johnson's Proposal 4. Sly's Towing Proposal 5. Ace Wrecker Proposal 6. Shortlist/Evaluation Form 7. Checklist /Tabulation Form 8. Johnson's Wrecker Protest 9. City's Response to the Johnson's Wrecker Protest Financial Impact: The City's cost will be as budgeted each fiscal year; the costs to the City should be reduced with the new contract. The public will be charged across the board rates at reduced pricing. Type of Item: (please mark with an "x ") Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney �. N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 2 enter of Good � � Mayor e C VI Commissioners S. Scott Vandergrift �� ° �_d Gary Hood, District 1 " '`" Rosemary Wilsen,District2 City Manager Rusty Johnson, District 3 Robert Frank. Joel F. Heller, District 4 Florida November 18, 2011 Mr. Gregory M. Wilson, Esquire 29 East Pine Street Orlando, FL 32801 Via Fax and U.S. Mail Re: Request for Proposals (RFP) #11 -002 City Wide Wrecker Towing Services — Protest Dear Mr. Wilson: The City of Ocoee (the "City ") responds to your letter dated November 11, 2011, which was received by the City on the same date (the "Protest "). The City deems this a timely protest submitted in accordance with the applicable provisions of the above referenced RFP #11 -002. This bid protest has been reviewed by the City in accordance with the procedures set forth in the RFP documents and based upon the standards set forth in the RFP, the applicable law of the State of Florida and City of Ocoee procedures. For the reasons set forth in this letter, the Protest is denied. The City, in accordance with Chapter 21 of its Purchasing Code and in accordance with the applicable law, solicited competitive proposals from experienced companies to perform a multi -year contract to provide wrecker and towing services in the City. The RFP was advertised on August 7, 2011 and was publicly opened on September 13, 2011. The City reviewed the proposals from the four proposers and found them all to be responsive and responsible. The proposals were evaluated by a Selection Committee composed of five (5) members of the City staff appointed by the City Manager. The Selection Committee met to discuss selection and negotiation strategies on October 6, 2011. The Selection Committee conducted public meetings on October 13, 2001 and November 2, 2011. The Selection Committee thoroughly reviewed all of the responses submitted with reference to the criteria set forth in the RFP and decided to make a recommendation to the City Commission to make an award of this contract to the top ranked proposer, The Car Store of West Orange, Inc (the "Car Store "). This recommendation was to come before the City Commission for consideration and vote on November 15, 2011; but consideration of the issue has been continued in light of your protest. The Protest requests that the City "throw out" all of the proposals because each Selection Committee member did not make a personal visit to the facility of each proposer. The Protest also makes a vague argument that the prices being proposed by the successful proposer are too low for a towing company to "survive ". The Protest does not raise any issues, grounds or City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org facts on which the City could base a decision to reject all of the Proposals and engage in a "new bidding procedure." Nothing in the RFP requires that each Selection Committee member visit the facilities of each Proposer. There is nothing in the procedures utilized by the City which would lead a reasonable person to conclude that the City's procurement in this instance was arbitrary, capricious or unfair. The City Selection Committee considered six (6) criteria in its evaluation process. The condition of each proposer's facilities was merely one of the criteria. The scoring sheets of each member of the Selection Committee clearly show that the difference between the scores of Johnson's Wrecker Service, Inc and the Car Store on this evaluation item were small and that even a substantial reversal of the scores on that item would not have made a difference in the ultimate rankings. The prices proposed by the proposers were not widely divergent. In any event, the Protest does not raise grounds sufficient to suggest a lack of responsibility or responsiveness based merely upon the amounts that have been proposed for the services. The evidence and facts show clearly that the City followed the procedures and the criteria set out in the RFP in making its recommendation and followed applicable Florida law. Accordingly, I conclude based upon the facts that the Protest does not meet the legal burden to show that the City has acted in an arbitrary, unfair or capricious manner and not in accordance with applicable law and its procedures. Accordingly, your bid protest is denied, but we thank you for your interest in the solicitation. Sincerely, ( 7- 1 - k'." Joyce Tolbert Purchasing Agent cc: Paul E. Rosenthal, City Attorney John P. Horan, Assistant City Attorney Rob Frank, City Manager GREGORY M. WILSON ATTORNEY AT LAW 29 EAST PINE STREET AREA CODE (407) ORLANDO, FLORIDA 32801 TEL.: 425 -4533 FAX.: 841 -2149 November 11, 2011 City of Ocoee Attn: Joyce Tolbert HAND DELIVERED Purchasing Agent November 11, 2011 150 North Lake Shore Dr. Ocoee, FL 34761 Re: City of Ocoee Wrecker Bid Proposal RFP No. 11 -002 City of Ocoee Dear Ms. Tolbert By this letter I advise you that I represent Johnson's Wrecker Service Inc. This letter is a Bid Protest pursuant to the General Terms and Conditions of said request for proposal at paragraph ten (10). I make this protest to you and state the following: 1. My client, Johnson's Wrecker Service, Inc., made a bid proposal to the City of Ocoee based on information from you and also information obtained through the internet. The staff recommendation to the City Council for said contract is not my client. Based on the short list evaluations of those who applied for said contract, the contract is recommended to be awarded to the Car Store of West Orange Inc. who ranked first on you evaluation form /shortlist. 2. Johnson's Wrecker service Inc. ranked second on that short list. 3. In reviewing the individual evaluation forms, listening to the audio tapes of all public hearings on this contract, my client having personal knowledge of certain actions or lack of actions on behalf of the evaluators, and the criteria set forth in the bid proposal at paragraph eight (8) of the General Terms and Conditions and paragraph 26 of the General Terms and Conditions, it appears to be clear and evident that the selection committee failed to perform as required as to a most important criteria. Each and every one of the selection committee did not view the facilities of Johnson's Wrecker Service, Inc. It is assumed that the other facilities were also not viewed by each member of the committee. 4. By listening to the audio tape, and through personal knowledge of Johnson's Wrecker Service, Inc., two members of the committee came to its facility and passed on the information they felt important, to the other members of the committee. Then all of the • members of the committee voted on the criteria. Three of the committee members did not have personal knowledge to substantiate their evaluation. 5. For example, the selection criteria at 26,2. requires an evaluation of the condition of the facilities. At 26.3. it calls for an evaluation of the condition of the equipment. At 26.4. it calls for an evaluation of the experience, staff, technical approach and references. At paragraph 26.5. it calls for an evaluation of the record keeping and billing procedures. 6. At exhibit A, paragraph 16 there is a requirement of pre - permit inspection of the existing or proposed facilities. Presumably, that is so each member of the committee could intelligently and personally determine the competency of the contractor. 7. If it only takes two (2) people to view the facility and report back, it does not take five (5) people to be on the committee. Those three (3) members of the evaluation committee that did not view Johnson's Wrecker Service, Inc. either relied upon the representation of someone else, or they guessed. Under either circumstance the intent of the evaluation would be compromised, undermined and not accomplished in good faith and in compliance with the bid proposal. 8. Even though Johnson's Wrecker Service, Inc. feels that it is the most qualified, competent and experienced bidder and should had obtained this contract, its biggest concern is two fold one, (1) that the process be beyond reproach and (2) that it got a completely fair evaluation of its equipment, its facilities, its procedures and all of the other items the City of Ocoee deems important in a wrecker service. Therefore, Johnson's Wrecker Service, Inc. requests in this protest that all of the bids be thrown out, that a new bidding procedure be established, that all the members of whatever committee is chosen, personally view all bidders' facilities and make individual, independent, interpretative evaluations and to rate their evaluation forms based on their individual, independent, information, rather than hearsay from others. I would also suggest that those members of a new evaluation committee obtain a better understanding of the rates required to be charged by wrecker companies to make a profit. For example, Orange County and the City of Orlando set the rate to be charged and allow the bidders to present their position of competency to handle the contract. The reason for this is that if the contract is awarded to the low bidder and the bid is so low that on those tows listed the vendor cannot survive, then, there has to be another way for that vendor to make a profit out of the contract. I leave that up to your imagination as to how that can be done, probably by lower quality service or high rates charged for miscellaneous items not in the bidding. The amount set for Orange County for Public tow in "A" class is $120.00, for Orlando is $125.00. Please consider this protest in the earnest it is presented. __.....% ker , Gregory M�Wi son, Esquire GMW /jv Enclosure cc: Johnson's Wrecker Service, Inc. 2 including subcontracting out any work necessary to meet the time requirements, as long as the City is invoiced through The Car Store at the contracted rate. However, the City will reserve the right to use another vendor should The Car Store fail to perform for whatever reason. Issue: Award the term contract for city -wide wrecker towing services for public roads and City vehicles to The Car Store of West Orange Inc., as recommended by the Selection Committee. Recommendations Staff recommends that the City Commission award the term contract for RFP #11 -002 to the Car Store of West Orange Inc. in the amount of unit prices proposed, and authorize the Mayor, City Clerk, and staff to execute all necessary contract documents; and issue purchase orders for the City vehicles portion up to the budgeted amount each fiscal year. Attachments: 1. RFP #11-002 2. Car Store Proposal 3. Johnson's Proposal 4. Sly's Towing Proposal 5. Ace Wrecker Proposal 6. Shortlist/Evaluation Form 7. Checklist /Tabulation Form Financial Impact: The City's cost will be as budgeted each fiscal year; the costs to the City should be reduced with the new contract. The public will be charged across the board rates at reduced pricing. Type of Item: (please mark with an "x') Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document /Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 2 T .R7 T g ,T�yNDp x-{ acnmzc��amm�aC��x�DCnmzc��x�Dcnmxcsnc�73mocnnmz-0 � m n n �a , a° d T 5 5 8 cD § a g o y ' c o 3�� o w- 0�� o 5 ro '- m y Ss) 2) � �° 5 ,0> o (n f,a s' s = 3� m➢ O e m•n-n= j y m A n y a m O .- n. o a o m: (� o a m a m ILAx c> N m a (� D m. 2 ( °) s a 2, g N D-- ,_-4 L. rmn .a " 0 rom ° �a y +nmro = �a ymrn�•N. � a C 5.-r: ^yea m0 iii a . mT3 T m x (c.3 0 D) m � o -OP. o 8 d rn E4 ,1,, 9, 0 5'i O g �' ° m �' 9,' 61'2 o °) m m 0 o 3 w O 35159, o m 2 N xi CD mmm�� x To0 m ro z -'y 2Qmmm2mo =f a mmm (3 d o = i a.- � oo'o a o D c "�� 0, -,° 29, T g vd • .•o 'n+c -cal o m mm 3m�'-�n0N m o 5c7:10 9,T $ 1 " . m(D -- m m m-, m m 3ERam mm 3- Om :ay»ddo. �o a o x m v a o e m v a S �m a °o (C1 n a m< -i ..,, n m < -1 .,, n m< -I , a m< -1 Z m a m mo v ° m7 =^ a�� omo ox o mo 0� a�� omo� a�� <omo rn�o 1" Q lFDm 2 Uf . N mg o N� (1ggl'a »o^-2 (4'o "d ?5gg . 1 o N . < >� y n w o g w a 7 - ' mcao8wa g m ; A g8 S o a o �wAn o m o r m 9, o m m omm 9,0 0 v om� 9,o �,m a omm 9,o c d o m m 9,o O m o? f 9 3 ,'03 03 g S' � o mon? Q, > > m3 oa o�N > >m - ° > > > m3oo3� I d m y N : m c c c g y �' m c c l c 1 m a7 N 1 ... 7 c c . y -{ an d c' c c 1 y 1 m 9,1 c N cn co <07N m 9,y 3 - a?" — C9 - SIP, a CD - CD° 8 5 v CD oNm m 9. » "m Q•. S " o 5• yip " ° 5' ? .lJ m 0 N < 39, m ' fA c c ) 3 a QO9,c $ v o t' 3 c' ..T, o nc) r I 0 7- N n 0 LO N n N 'T N N n O N N N ... N n N .- .C. N O O O Q � CD (D N y co O f C O C • O `i C O _ 3 C 9 3 3 °'" Q v f v v y 14 y N m O (D 0 < y N N N D) W O o N 0 D X 0 2 8 3" 3 9, (� O -< -« -< -< 0 z� �� 2 m (0(0(0(0 (D (4(4(4(4(4 y D) d m D 0 R 9, m o. o (D a'rm� g n Z n N o T to (A y di v+ 49 En B m Q y '0 69 fA (A Cn W 4 ":,,t9 4922 fA W EA Vi v+ fA b9 v. w l'. 4. 64 to V. 69 tow 4A N d m ( ( (T • ( W )1 O O O d 0 A 0 O c,(81:44„, O O 0 -D—€ 4 ,,, 0' O 8 th 0 0 W O - (T 0..:00 (n O O N (O D ° o ° o ° o ° o ° o ° o ° o (� ° o ° o ° o ° o ° o ' o ° ° ° ° °°o ° o 85060000 5060000 000 oin N D ` O 0 0 0 0 0 0 0 O G W O CC O r C N )) C -1 O N N O Z m D(9, • O N (D (D N N ^• y Z N .... (4 <, d ( V1 5 - co m 0 n O fA dl (A iA fA H1 fA df fA W N N (A (A <c' N fA EA 69 EA di d) fA 49 (A fA fA 44 !A EA EA 4A (A fA f A fA EA O (T V to O 00 0 0004. 0 000 0 O V1 A A di 0 : N (l1 . A 6N 0* N V) A A EA G1 A 0 ) m N A W EA m 0 0 0 ) 0 0 0 0 0 , 0 0 0 0 0 0 0 0 0 000 0 w U1 0 0 0 0 0 0 : 00008800,8 0 00000000 0 0 0 0 • 0 0 0 000000 O 0 0 0 : 0 00000000 0 0 0 0 0 0 0 0 0 7 a N O C7 - 0* N N (D (D (D (D (D . y N N ..... S V (D • (D V (1) Ut W W W N N N - (D V1 N- N N , O 7.,` O (T V V V (7) V V N (11 (T O) ()1 (T (71 A 8 N N (J) N 00 1 0‘7000 o 00 o v o(n�o C'''' 00)0)0)00)0)0) 000000(no 00000(nao 5 0 0 Z0 - 0000 0 00 0 o 0 0 00 0 0 o 00000000 00000000 0 000000 0 0 O .°000 0 0 0 0 0 0 0 0 00000000 0 0 0 0 0 0 0 0 0) 70 N N N 5 (07)201) fD y d N N N N N 1D Q (D N (' < T CD W a A --� N W W N N -` N O) -+ a V (T O (D (T CT O A W ° m (T N O Co m O A (h N 0 A m m -.. (T N •r r U1 V1 Qt U1 0 0 0 O O m 0 0 0 0 0 O° U) O N U1 O O O U1 A O ° 0) O (T 0 0 (G) ()1 n Z 0 0 0 0 000S0 00000000 ()) 0 8 0 0 0° 0 : 00000000 DJ 0 0 0 0 (4 - 00000000 00000000 00000000 00088880 ,17 T ° v xxcn0mxomx00m7om7Jnp0 -13 C) . a s o� s = uN ° m D w D aN -I T mm� rn> m O;amlDamD m <m a 5 , 5. 1=a92,galcn 'n 7 m 0 �d0, mag(Ra gsa _4c�aom CD � Z (n CD nm R10000 0T co 0 H : me m D 2 m8 - w cD oo 00tt 00000 �) TTY c'ani mm.: cc 0 fD X �x Cn N (D p 4! V C71 N tD N p 2 a Q y T �' �: T T G p f l ,m0 (( EFN p ' :: fD p:N N D7?- lg. co T x ? F F F F m 0 N N 0 • = N • 0 y ( D7J CC G = 0 G 0 05 m m� i p m � C O 0 69 EA EA CD 4.969 PP )» C O ' ' N' O O 4,98 ..4.9 ) (� D) m N 0 0 N O N N O O 0 : �{ �] 0 0 ( 0 0 0 0 0 0 0 O I V D OO(D :00 0O q OO O CO O O N o ^ zm m '2., Cr) 01 01 69 0 EA (.31 4A 0 4,9 000 00 =00 00'00 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 _ N CC cD 0 CD • CD 0) CD fA d) 0' - :: N V Of (n A Z Z = O= O= O O 0 0 0 O 0 O 0 ?. O 0 :.: O n 0) 0 fk 0 O N O O O O O op O O pp r boo 0 0 . 0 0 0 O 0 0 0 0_0_0 O O O O O O O O z X - i m m m m m v v v v v I - Z r r i' c m c CO c ` 0 g O O O O y y . yu CJ1 A W N .� 0 4Jc N '"� N ft t 1 , �' ti CD 333 I M 7 O 3 ( DO < n 0 70 TI A ,'.. A W A W A O f�D 13 CD j 7 Fi b y N 0 ' ; :' ,..„. ' 1' , t' , 1' ''' ,, l' s‘, 1 ,,,7 1'" ,; I .,,. ' ,, I' ,. '" ,,, i''' ,.., 11 1''ll'I' N < n n :E Z —u ...1, -1. - -1. ...1. r ? O m x�a 270 lc ,ar rye _ p r 23 y < N- N N N N N n a, m N N y ti ,tr, O ft ttf _1 ft Wv7 W A CO A Cr) 3 33 8 CD 3, r '4'13 0 Vii' x V1 . • ■ m m c "i c� o� o -0 ? o5m *•°o2v ? °°<� ��o�m °m m a N m O (D (D N y O . 7 -i C O 'O N 7 �. C N O 3= n ' 7 01 Q . C g ° D O z O O O 2, C7 C -• N O . O N n 0 (D O o o p� 'O G 6 7 "O CD - G O C 67 D7 1:13 ° r "0 [� 'O d n J O. a co 3 ° (D O. N 3 J j (D °.• d 3 O C N 0 to O O M '0 O (n O O O O m (O N O J O. N O r '_! Q. N z O c O. n � y d J m 40 f° n n N m o a. ° 0 M O C m v D ? y °� y o ° y° n 7 o c ° �' 2� v o o w m co N N Z N -- N 5 . N 7 0 C7 o ` G Q n O 2 '1 (fl ` 73 7 D .0 . . J E. v° 1 rn C co 0 3 j' N N . `G G C V O S (D . S co O. O (D = M G Z SN -o m (n m Q o Q m Qom m m m y - 0 J y o 6 I fl L ! d I q O 2 7 J• (D O 01 C ci. 0 co A O N 0 N J * N O ,J .. 3 N " C ° y O ( S N N O j /` ° ° 3 N - J N `° 'a Z. RUB 0 V) s �" U • ` \. \ < m \\ :\\ r n -n C` ° v� N on t - R '_. fD fD Er Z Z P o � T O m �m E< n m cn J --- '. +? '? 2 g o — ° j o o (S\ N \../ ri .A o F3 w 70 cn a. . ir +nom o 03 LI o V c M y ='.ir 4 s m m 3 0 -I c (n o o a m 0 C N* O 0 fD a a X m ° Q v m o n m N ° < i m W N N N �, 7 0- f° _ O f° N X O O N< ,° a O n O C C 3 ° -c N 2 -. n N> aD 2, � n 3 m _, a, - " 1 :' N ? c °'. c N m _ �_ ° d O. CD N °1 W O r O - • O O O o= N n CD a ° O O N O N a O El a "" ,.. 0 0 C 0 o m m a a v ° 7 a rt m° a ` n 3 3 3 ° m 'o 0 a � 3 v o °c y 0' v y < xi -0 0 z A Z O > > a v o ° - n N m 3 O a o =° 0 c CE3 CU 3 Z v N m w m ° a ° o c m° ■ N 3• g. ■n o< o N m m A) C N x y N v f°• " 0 0 3 °- y cn N— N .-r N O -Ci _ a .... =• n m • Q0 a ry f n �. (D O � d fM ry fD N N d O 5 O' '* < 02 o . a 0 CD S o o v oR g S m o y c c o ? ° a9 �' ° 3 0 ° o ° n 3 a o ° c ° iv en zi 0 � ° o mti3m °Nx, .� � °° 7 o co � ' 9. _.< f° a m m -o' o. C m� m 3 ' � m, o � 3 m 'n C O N O (° S N 3 w fD 0 O O A O 7 1 Fe N _, j T 3 CD ' , Z n , ■ D 73 ---0. i )..) 4? -0 QI 0) o CD D a m Z : ° a <m ° 5 C m s < m 4t ! Om rn-, m 4t a o co Z 0 X m E n m 0 c_ r, q.) o a N kJ t 5 . o P 2 —c 1 0 v U N 1 1 r r co ( � � n 9. .0., < < C ?p o m o X o m? 0 o CD o_0 o CD o x G o rn <.0 8 - o o o o d ° c < < N m . r 0 - C N O N °- 0 2 f) 3 c < a• 5^ V N , 0 . . C N c N ( D 3 l7 -. 7 LI Q. c c 3 o o D o? 0 0 0 ° c v 3 ° . m a) - m a o • (D m o v p o °: p -• r ° o C 0 0 v o o n O x o m o ' N o a y m Et m c o ED o ° ° ' m o >> cn N ' a r � * Q. v� z ° o m >> m y m o° cO n n CD rn ° n O p • 0 ° o o C S D' Z H w N 0 0 o o m o m =< 2. a m y � . fp C ) o o y m d Z N -- co �. _. _° •o Cu n .< o c 0 p c v co o v m Q o• n m ct C 'D ' EP ' y. `< < C fCI) � S co 7 fD d O (D O M m z Sp v 7 m m H s � ' d .n. (D N y ,1 o ° c ° c o o cn x, (D o " a s 3 c ° O 7 0. co c m ° c y ° m CD D ' O p N O p 3 0 O 7 j 1 04 wob M� D X '} (D C) * n ItS" "1 � � ; 0 o CD v a _ m Z ° 0 < v* c � D m xr * s m x -0 m C o CD Z 0 O 0 ° O N . -S m E < n m co 0 0 C/) D 0 CD 0 S 0 o s1 ,...i do CD O .,� a 0. 0 Ro m m 3 TS - I c(n oT1 c -° ?�o c_mg p 0 . 0 ° a,rn k o om <_0 ° -oo0 ° m < 7 c 3 oD o? 00 0D c ?. cr m � m < o m o o ' o m� �' o n Q m m m °r v m v n v � 0 n�m 0ni n m 3 5 3 � � v in ° - 3 v v° y O O O N O F O O (D m <O m n 7 O — (D 0 . 7 7 N � . r N; Q to z O 7 m 7 7 N N p m 7 m Q° c7i in ° c y m 3 c rt 3 + ° o n 7 n 0 C o Z v °' H ADO n � ' m o m `� ? m m N y � . 9. v o p N v 3 fl) Z (D `.. - 7 - 0 m 0. K .< O C 0 O c N (0 •7 O p 0 j (D a V p n ,C. a) Cr) N co m 3 a 0 N d, 5 N a v 7 5 w 7 m 'O - o 7 N N. `G < C N N `G 5 N S N a p ' 0 -• K C m z Sp v m .0 Q O Cr - 0 6-0 A0 m m 7 0 m : 7 3 - 11 • .. 3 3 07 7 v a p N 0 0 N a N N O p N x • N 7 O 7 7 o. O. c O N 0 . O N 3 n sa O 7 rp 4 0 l CD C) _ �_ ,,� 0 -0 �( 0 0 E3 �i cno 0 o n 6 Z l 4 m 0 0 0 <m c s <mv A O v c 0 (D ,I Z Z - CD O m S _,,73 C 0 m cn 0 D- (n o N P - m CD CD , T 0 N -.. -. O - c x " .. O co V c n 90 < < 3 Qp o� o� - -0 o nom �_c Qom <n ° Qm < 7 D, D, m .i N - C) N ` N n. . 2 C) 3 C < a, 'O N 7 .. C co. C N N 3 - 0 7 0> Q. C C 3 o D O? 0 0 co C) C • O a v m 0 0 CD O V, p v' c m g- 0 0. m m —° r m v n v a m m a i n o 3 n 3 c� v 5 Q o' 3 v o• ' N co v° y R O O O cn O O. ? O- O N f0 N C) 7 -• N o. 7 7 •• o. f C. c z p 0 o > >. m n m 7 0 g° �° o 0 v o , m n a• o () o. O C D, D '. O , m 0 n 0 co .n.. j •< 7 . 9° . v p O 0 41 0 G) 0) o Z N v N --- 5. •-•-• D? .+ J D, `G `< O O . n O C N V co ` Z O p j d -" • Sk 0 m co 0 Q Qo C D - m m 0 7 7 S11 m m 0 0 = o 3 0 0 fD N N 00 - p G, 'O 9,3 _? (D �. 7 S ( O 0) _ 1:2 ci. f0 d fD d .... 3 D) 7 •O n ' 0 N N O I i• 0 fD N O n j- C 7 O N x, CD 7 �' ' S 4 0 '` 7 n m w v c o Sh �• �° v m o c s N v °—' O [^\ O N O 0 O 7 1 'Q \ D n) n *o it Q4 0) o n O. �0 s•-........ v* C73 m CD ....< �� Miii o ` ` r s' . �, , 7 C/> � N 1 . 16` V ...1==. �� ''> (.1:1 O o ® ,79- ( D Z 0 N ° m0 m E< n m cn c_ N o lV 0 4 g o d Q4 o Al I 1 p CD CD a CD M CD 0 I,. 08/15/2011 08:40 3523941611 CAR STORE TOWING PAGE 03 • Mayor 4 � ; ., q �m i9 pi er s. scat vondorgrift " Gary Food, District 1 ': Rosemary Wilsen, District 2 city_MvraLt_ " ' , '� „ ; � Rusty Johnson, District 3 Robert Frank , , -;.fit. :' ' r.}t Joel F. Keller, District 4 0.c • F +'.1t CITY OF OCOEE REQUEST FOR PROPOSALS RFP #11 -002 CITY WIDE WRECKER TOWING SERVICES • r/ 0' a/ 08/15/2011 08:40 3523941611 CAR STORE TOWING PAGE 04 �rr:' >:.s >: i;:;';iiit:t. • %ii;i' ts� +) iti} �3r / �y a. ;clr•�• ?'irl riit�'o .ws: "rri >;�i:;:: •. �S'S. � . -0, ! A�t„ n:' ?.t:.�{' SS S!. ;5� i, f, ..l..i. •. i(• ;:':i rr? S ?1' i :' n y r , r, •' '•�:.. � i NT ,. . .. :..Y: .: ;5,:¢�i;.:r�i;x5!r�i�i S7:4i �s�� F •� S i,. , ;';�:i:.3,•. ,t <: S .�+„ •:S••� ..F.7 :Fri.... . :r: � vf•' ik F v.. t•!• %s.. �5''''i .n M.K r.7.uiN`li.,:, r.s. .e�,'.,!:•j %. > cre x03. .r. .7rL 'isji s Sy' RFP DOCUMENTS Section Page Legal Advertisement 3 Proposal Instructions 4 - 7 • General Terms & Conditions 8 - 23 • Summary of Litigation*, p. 19 Acknowledgement of Addenda*, p.19 List of Subcontractors' p. 19 Equipment Listing*, p. 20 References/Experience*, p. 20 SCOPE OF SERVICES, SERVICE RATES, OCOEE'S TOWING FEES Section Page Exhibit A — Scope of Services 24 - 40 Exhibit B — Service Rates (Proposal Form)` 41 - 47 Exhibit C — Ocoee's Towing Fees 48 - 51 Company Information and Signature Sheet* 52 *Submit with Proposal End Table of Contents • RFP11 -002 Wrecker Services 2 08/15/2011 08:40 3523941611 CAR STORE TOWING PAGE 05 Request for Proposals, Legal Advertisement The City of Ocoee, Florida, (City) is soliciting sealed proposals for RFP# 11 -002 City Wide Wrecker Towing Services. Proposals will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance/ Purchasing Department, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on September 13, 2011. Proposals received after that time will not be accepted under any circumstances. Sealed proposals that have been timely received will be publicly opened and read aloud at that time. No pre - proposal conference is scheduled at this time. Prospective respondents may secure a copy of the documents required for submitting a proposal through Onvia/Demandstar by accessing the City's website at http: / /www.ocoee.orq under Finance /Purchasing. Partial sets of the documents required for submitting a proposal will not be issued. By using Onvia /Demandstar, prospective respondents will be provided with all information regarding this RFP and addendums and changes to the project requirements; fees may apply for non- members. Membership with Onvia /Demandstar is not required to submit a proposal. Persons other than prospective respondents may inspect the documents required for submitting a proposal at the Ocoee City Hall City Clerk's Office, 150 N, Lakeshore Drive, Ocoee, FL 34761. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee, as prescribed by statute. Beth Eikenberry, City Clerk, August 7, 2011. RFP11 -002 Wrecker Services 3 08/15/2011 08:40 3523941611 CAR STORE TOWING PAGE 06 CITY OF OCOEE REQUEST FOR PROPOSALS (RFP) #11 -002 CITY WIDE WRECKER TOWING SERVICES A, Sealed proposals for RFP #11-002 will be received by the City of Ocoee, hereinafter called "The City ", by any person, firm, corporation or agency submitting a RFP for the services proposed, hereinafter called "Respondent" or "Proposer" or 'Bidder'. Each Proposer shall fumish the information required on the proposal form supplied and each accompanying sheet thereof on which an , entry is made. Proposals submitted on any other format shall be disqualified_ Proposals must be typewritten or handwritten using ink. Do not use pencil. Proposal documents must be submitted under the signature of a legally responsible representative, officer, or employee and should be properly witnessed and attested. All proposals should also include the name and business address of any person, firm, or corporation interested in the proposal either as a principal, member of the firm, or general partner. If the Proposer is a corporation, the proposal should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this RFP should be addressed in writing to the Finance /Purchasing Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407) 905 -3100, extension 1516 and fax (407) 905 -3194 or email itolbert(&ci.ocoee_fl.us, and shall be received not later than September 6, 2011 at 12:00 P.M., local time. Any clarifications/changes will be through written addenda only, issued by the Purchasing Agent. Proposers should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information regarding this RFP before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during the bid, award, and protest period may be grounds for disqualification. C. Proposals must describe the qualifications of the firm to provide planning services. The proposal shall be presented as one (1) original and five (5) copies. The entire proposal package shall be received by the Finance Department not later than 2:00 P.M., local time, on September 13, 2011. Proposals received by the Finance /Purchasing Department after the time and date specified will not be considered, but will be retumed unopened. "Postage Due" items will not be accepted. Proposals or any information transmitted by fax or e-mail will not be accepted. Proposals shall be delivered in a sealed envelope, clearly marked with the RFP number, title, and closing date and time, to: City of Ocoee Finance /Purchasing Department Attention: Joyce Tolbert, Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761 -2258 RFP11 - 002 Wrecker Services 4 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 01 D. Pre - Proposal Conference: None is scheduled at this time. E Proposals will be reviewed by a selection committee appointed by the City Manager and will be ranked in accordance with the established evaluation criteria. Date, time, and location of any scheduled selection committee meeting(s) for this RFP will be noticed publicly and on Demandstar. The selection committee shall supply a ranked list of the proposing firms and a recommendation regarding which firms should be selected by the City Commission for negotiation of a contract. Please be aware that all City Commission meetings are duly noticed public meetings and that all documents submitted to the City as a part of a bid constitute public records under Florida law, F. All Proposers shall thoroughly examine and become familiar with this RFP package and carefully note the items specifically required for submission of a complete proposal. G. Submission of a proposal shall constitute an acknowledgment that the Proposer has complied with the instructions of this RFP. The failure or neglect of a Proposer to receive or examine a document shall in no way relieve it from any obligations under its proposal or the contract. No claim for additional compensation will be allowed based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of services. Proposals shall be in compliance with the contract documents /scope of services. All costs to prepare and submit proposals shall be the responsibility of the Proposer and the City shall make no reimbursement of any kind_ H. Any response by the City to a request for information or correction will be made in the form of a written addendum, which will be mailed, e- mailed, or faxed by Demandstar to all parties to whom the RFP package have been issued. It shall be the responsibility of each Proposer to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning the date and time when proposal acceptance shall close at any time up to the date and time set for proposal closing. In this case, proposals that have been received by the City prior to such an addendum being issued will be returned to the Proposer, if requested, unopened. In case any Proposer fails to acknowledge receipt of any such Addendum in the space provided in the RFP documents, its proposal will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a proposal will constitute acknowledgment of the receipt of the RFP Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Proposers are cautioned that any other source by which a Proposer receives information concerning, explaining, or interpreting the RFP Documents shall not bind the City. RFP11 -002 Wrecker Services 5 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 02 1. Any of the following causes may be considered sufficient for the disqualification and rejection of a proposal: a) Submission of more than one (1) proposal for the same work by an individual, firm, partnership, or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships, or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among the Proposers; c) Being in arrears on any existing contracts with the City or in litigation with the City, or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to the Proposer's ability to properly perform the services; or e) Any other cause that, in the City's judgment and sole discretion, is sufficient to justify disqualification of Proposer or the rejection of its proposal. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on an award to provide any goods or services to a public entity, may not submit a proposal on an award with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under an award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See Florida Statute 287.133 (2) (a).] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida Statutes, and. except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Proposers should be aware that the proposal and the responses thereto are in the public domain and are available for public inspection. Proposers are requested, however, to identify specifically any information contained in their proposal that they consider confidential and /or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All proposals received in response to this request for proposals become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. The City reserves the right to accept or reject any or all proposals, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any proposal, or to re.advertise for new proposals. The City may accept any item or group of items of any proposal, RFP11 -002 Wrecker Services 6 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 03 unless the respondent qualifies its proposal by specific limitations. The City may accept one or more proposals if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Respondent which, in the City's sole discretion, is the most responsive and ' responsible Respondent The City reserves the right, as an aid in determining which proposal is responsible, to require a respondent to submit such additional evidence of Respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all proposals. (Remainder of page left blank intentionally). RFP11 -002 Wrecker Services 7 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 04 • RFP #11 -002 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to ONE THOUSAND DOLLARS ($1,000.00). A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the Proposer, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the Proposer will not withdraw its bid for a period of ninety (90) days after the scheduled dosing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or Proposer's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such Proposer shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the Proposer's overhead and is not eligible for reimbursement as a separate cost by the City. The checks of the three (3) most favorable Proposers will be returned within three (3) days after the City and the successful Proposer have executed the contract for work or until the 91 day after bid opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check 2. PERFORMANCE BOND: None required. 3. PATENT INDEMNITY: Except as otherwise provided, the successful Proposer agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses, for infringement upon any letters patent of the United States arising out of the performance of this Contract. Further, the Proposer shall fully indemnify, defend, and hold harmless the City RFP11 -002 Wrecker Services 8 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 05 and its officers, agents, and employees from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, unpatented invention, or intellectual property right. If the bidder uses any design, device. or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the bid price shall include all royalties or cost arising from the use of such design, device, or materials. 4. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and /or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and /or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 5, PRICING: Pricing should be provided as indicated on the Scope of Work/Proposal Form, Exhibit B, attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Proposal Form. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder_ The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price: the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the RFP11 -002 Wrecker Services 9 08/15/2011 08 :43 3523941611 CAR STORE TOWING PAGE 06 Bidder on the Bid form and the total price stated by the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of the bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non - responsive Bid forms that are incomplete or contain information that is not required. a) The Bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has net deteriorated so as to impair its usefulness. h) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); c) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division; and 1) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies /services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for Tess than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. RFP11 -002 Wrecker Services 10 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 07 7, SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City, 8, AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible Bidder according to the following criteria: - Compliance with scope of work, specifications, terms, and conditions ▪ Bid price • Experience with similar work - Successful reference check • Selection Criteria, Section 26 9, LITERATURE: If required by the scope of work, or the specifications, descriptive literature /brochures shall be included with this bid in order to properly evaluate make /model offered. Bids submitted without same may be considered non- responsive and disqualified. 10_ BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: a) A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. b) A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and /or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify ail questions concerning the design documents of the project prior to submitting its bid. c) The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. d) The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. e) The Purchasing Agent, on behalf of the City, shall make a determination of the merits of the protest not later than five (5) business days after receipt of RFP11 -002 Wrecker Services 11 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 08 the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 1 1. PAYMENT TERMS: a) No payment will be made for services without proper purchase order authorization or City of Ocoee Visa Purchasing Card. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. b) Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available for the work. c) The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85-8013779974C-0; and, pursuant to Chapter 212, Florida Statutes, is exempt from federal excise, state, and local sales taxes. d) Vendor must accept credit cards from the customer for the payment of storage and towing charges. 12. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S_ Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. RFP11 -002 Wrecker Services 12 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 09 i) Powder actuated stud guns or low velocity and /or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up_ k) All heavy equipment must have, where applicable, (a) back -up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. I) Construction material shall riot be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. 13. DRUG -FREE WORKPLACE: • If applicable, provide a statement concerning the Proposer's status as a Drug - Free Work Place or evidence of an implemented drug -free workplace program. 14_ CONTRACT; a) Each successful Proposer, hereinafter also referred to as Contractor, will be required to enter into a contract with the City. The contract shall automatically be renewed annually unless terminated by the City in writing, for a maximum of five (5) years from the date of execution, with an optional one year renewal. The contract may include a clause authorizing annual price adjustments. b) The City may, in its sole discretion, award any additional services, whether in the existing areas of the scope of work or in any area additional those in the existing scope of work, to any third party or the City's employees. Contractor will be expected to cooperate with any or all other contractors who may be performing services for the City. 15, CERTIFICATION OF NON - SEGREGATED FACILITIES a) Proposer certifies that it does not and will not maintain or provide any segregated facilities for the Proposer's employees at any of the Proposer's establishments, and that Proposer does not permit Proposer's employees to perform their services at any location under the Proposer's control where segregated facilities are maintained. Proposer agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Proposal. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms, other storage and dressing areas, parking Tots, or drinking facilities provided for employees that are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. Proposer RFP11 -002 Wrecker Services 13 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 10 agrees that (except where Proposer has obtained identical certification from proposed contractors for specific time periods) Proposer will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 that are not exempt from the provisions of the Equal Opportunity clause, and that Proposer will retain such certifications in Proposer's files. b) The non - discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: a) Proposer declares that the only persons or parties interested in their proposal are those named herein, that this proposal is, in ail respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above -named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of a contract for the described services. b) Proposer certifies that no City Commissioner, other City Official, or City employee directly or indirectly owns assets or capital stock of the Responding entity, nor will directiy or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) c) Proposer certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. d) Proposer further declares that a careful examination of the scope of services, instructions, and terms and conditions of this RFP has occurred, and that the proposal is made according to the provisions of the RFP documents, and will meet or exceed the scope of services, requirements, and standards contained in the RFP documents. e) Proposer agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Proposer offers and agrees that if this negotiation is accepted, the Proposer will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti -trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Proposer. The proposal constitutes a firm and binding offer by the RFP11 -002 Wrecker Services 14 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 11 Proposer to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: a) All invitations to bid, as defined by Section 287.012(11), Florida Statutes, requests for proposals, as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." b) All Proposers that submit a Bid or Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the submitted documents are qualified to do so under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS /LICENSES /FEES: a) Any pen licenses or fees required will be the responsibility of the contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905 -3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. 19. STANDARD INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have beer, obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of RFP11 - 002 Wrecker Services 15 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 12 "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self- insurer by F,S, 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000 /$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the tatters employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. • Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability & Property Damage Liability ▪ $1,000,000 Combined single limit per occurrence (each person, each accident) - All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non -owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Formj - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non - contributory. 42,000,000 GENERAL AGGREGATE ■ $2,000,000 PRODUCTS - COMPLETED OPERATIONS AGGREGATE ■ $1,000,000 PER OCCURRENCE • $1,000,000 PERSONAL & ADVERTISING INJURY ' Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability. Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by Independent contractors and are directly imposed because of the named insured's general supervision of the independent RFP11 -002 Wrecker Services 16 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 13 contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. 41,000,000 PER OCCURRENCE $2,000,000 AGGREGATE 6) Commercial Umbrella: •$1,000,000 PER OCCURRENCE 42,000,000 Aggregate wIncluding Employer's Liability and Contractual Liability 7) Builders Risk: • $100,000 Any (1) Location w$1,000,000 Any (1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: i) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. ii) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. (Remainder of page left blank intentionally.) RFP11 -002 Wrecker Services 17 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 14 ;.._ r.'w I;Ri.FMdcorultCY:stldlt:11'di cK1/4911.44 r_'AM.OF44 h:';. Y s U1:vr<:))GS =.t•' .: .'"'��__... "„ ... .IR::J:.7 : °i E ': .� 1 {• ill[ 1 AN 0 /.:'ti :4' Y!1 "SIrMLw ". ... ._... fl sr,[ rt: f. 3.4: IX :u'.l:x" rlh:V..:!S71_ <1•.a:7"hf .:t, t!I 4' V 4Ui 7ridl.Yp:.�. � , S7i aN 1 r ' 1_•∎•er• F�I+I..r =x4: rNu „ : , ,, , r {A• 3 ' .ptic n$ ;NI'�( ell' W.∎∎•4ze Ml s✓.K 1 . :w.ae y .. 41 : ,. I I.ii NO' T.rL Yr(•.1,iT•t: .' ' ....s "an.), r .V1'$Ki��yr.,1alY:m a_)w. ' • •, .. . ww,. . . : ..� . C'UaA:( _ Pj :C.1 J• ).�tIM',i. :.f ti'h'1 :lint ,r.tl' r 1 j sA,Ni+' , r.l^ ppi�a I r nt.tiab : M.) t Mlhl .:, �'ry�Y••M ; li�i RJ.C1l.. . ..... .. . ",• • VII ""1; • ..4 .. . )k A °:!:. - . — �.. :..b �1taTr� • s . %: ... .• :Y'ia:... II '1�s `ii.:L. =.,wr• ' ._- :..... x t 1.,a.:a,rv:w . l ^. j , /: ;4:Otrx:r►.H -1••, r 1,G;Ctom — . 4:,•-be W.7 V j:R `..� :44., 2....).., J•A'■l Y9 S 1. 1.,,,_r''.i:< ,.,,.r '.;. , r: " t': {i .�� r T •._ •• ....._.- ---- ...:..• `.. (ff ^ I acs+;hrgy , k ;u ' 1 _ J . . . . ...`r... . ■ I - . .. ••• ... 13,71.. c rvto � wLr• 1 � 7,r 1�k \._. 1111 ... f � r Yom. .. ._.. ..i. • � RY.'A,':1.%�`;,," ._ - 1111, r •r Ir l I se',” uw+ ' uel:rr•>.•+.t j S :aruus: %C I X . r Cl a.. „ r tr. s 11 11. ' ' � ro:ntl.sk'::. � r.y , j r ....VIM .2....:.1,' t /IG. 1 .la,r.;'MY.l •3:4�.. §v I V � r'.'. �iLA. �Y;J .•m! I : IZ j,CIn Q� 1,...:i rRtV4Y %::, Zi'�7:IN „ h t.Ltr >t Md ; -. � � 4 1 L., .K,41,...... ... .A1'w) Slt .... ,1111. s � .. [�'� . 11 1 ... ... .. -.. ..�... " v`w I i. r„ L G.it;: 1111.1%11 1 . !. = uf,SP ';'t40, vn,`_ 1,...iJ2!• 3. ; ? h:!lt9 4 _„ ;'y » isi+ cCral x:w'.tii TO 00iii41.5ii:%'9.Ail: 44`fiwAC�.3•V t4SM' , s: t1 ::C e,d■. ; - _rw NZtp c.ot..3:Lr to !Ln i J 6Gn : rN N :I�A.Ne'�IL Z.1 :t{.1 r.t 13.t: :1: 1,0 1,0 11,N mod .dlt 1+Fystat.".• r/- t]I• iank;,r!1 .1 .1 * :t.e ^il{ L i ^'1: "•Y. . 'K[YE:<< fn :La1Gec 3u!.v.Y:. ir:k:. �,av nuheMr:', v M.tra. tr. 11. "tSr text. VI. ,r :asafabrr M.Cy c :':.i:)< 1 11.,•:.; H..e?:at :mt ':.1'..Lrrs k. a M ..r•, . writ ilinr1:<l.nirpl1 ti Rid& ....rn^'� , .u` %•Ir/°Y r�R'aN41 :.f1(Y;, r:t ltV/,Y i�4',MINA PIA • t�;F=n:: i.1S1 f'/1Y3�! �.,� .._... . ,, .._.,.. �4.•.pJ o, - l�►lfrP, LS(. --1111 :l' ?91il ■!!in1.7:s, r ►3 ;.11'6:U0AIStrk•:v' s14ay:; °� r!1L•'� V I 4)1 aawt 4I1 n) T.f .21 *!'.i' /r? :+fI.1 0 rr+.++ j . tom.e420..t.t N„v,7•I f1•:- 4 iN pw11Pt4.,.:11r.: „ppMa a i i 1;4 1: • iit00 x9Yr.tal 71t` ,b` a>rtr »stAtttG;r ........ -1111 1 . . JfC:Vtif331�.t @: • ;.y i:3i r:: : SA/640. 04 e • RFP11 -002 Wrecker Services 18 • 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 15 20, SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid disputes, or contract dispute(s) filed by or against the Proposer in the past five (5) years that is related to the services that the Proposer provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. if none, please so state. (Attach additional sheets, if necessary and write "see attached ") 21. ACKNOWLEDGMENT OF ADDENDA: Proposer acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated 22, LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON /PHONE #: (Attach additional sheets if necessary and write "see attached ") The Bidder certifies that the Bidder has investigated each subcontractor /temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency 19 RFP11 -002 Wrecker Services The Car Store of West Orange, Inc. The Car Store of West Orange, Inc has been providing quality towing, storage, and recovery to law enforcement and the community for over forty years. Unlike other companies, we employ all of our people from within the local economic area which helps supply much needed jobs within the geographic area this contract covers. We have proven this with the large area we cover for Florida's Turnpike Enterprise under the STARR (Specialized Towing and Roadside Repair) contract. With the addition of the STARR program, we are able to employ drivers in the Kissimmee and Wildwood areas. With the scope of work required during this contract it will become necessary to seek additional employees within the local area. The Car Store of West Orange, Inc. has been the Only Rotation Towing Service that has been providing casualty vehicles for the education and advancement of the city's fire and rescue personnel. We do this free of charge as a public service to the city, along with its residents who travel the city's roadways. A traffic crash with entrapment can happen to anyone of us, and the knowledge gained through this hands on training saves lives. We sponsor quarterly seminars at our facility; where our operators cross train with fire rescue personnel. After all, we are all Incident Responders working towards the same goal. Work safe, clearing the road to prevent secondary traffic crashes and providing professional service to the residents of the city. As a current service provider to The City of Ocoee, we have maintained a professional relationship with the POLICE DEPARTMENT, FIRE DEPARTMENT, PUBLIC WORKS, and all city employees we come in contact with. We look forward to continuing our service to the Police Department not only in providing fast and professional service for Consent and Non - Consent Towing. We will continue to stock the spare tires for Police Vehicles provided by the public works department. This keeps the officers from having extended periods of out of service time while waiting on other service providers. We look forward to continuing our longstanding relationship with the City of Ocoee and hope that our past performance will help you in making the choice for who will provide service to the City of Ocoee and its residents for the next 5 years. Wh Car Store of West Oran a Inc is the Continued Ri ' ht Choice for the Ci of Ocoee • Owned by the same family for over forty years • Three Generations of Towing Professionals which shows the longevity of our company. • All equitable owners have been involved in towing for over thirty years each • In 2000 we were the first company in the Central Florida Area to provide an air conditioned and heated climate controlled vehicle lockup / evidence building. • Largest Fleet of Towing Equipment Based within the West Orange County Area • Largest employer of Towing related services in West Orange County Area • Largest Impound Facility dedicated for Towing and Recovery • Our Facility is located on West Colonial drive just off Florida's Turnpike and SR429 which makes us easy to locate when customers are retrieving belongings or their vehicles The Car Store of West Orange, Inc. • We have been providing service to the city for many years which allows our staff to have the knowledge needed to continue to provide quality service • Community Involvement has been one of the many benefits we have been able to provide through our business, we donate to local schools, the police explorer program. Drug and Alcohol Safety Programs. • Donation of vehicles to law enforcement to use for crime prevention activities • Featured article written about us in the Orlando Sentinel's Consumer Corner dated 11/14/2010 Titled " Towing Company Cuts Fee for Grieving Family" • "A" Rating with Orlando BBB http: / /orlando.bbb.org • On -Site Fueling independent of Power, keeping us operating when other companies are in search of fuel during times of Emergency. • As a vendor for Florida's Turnpike Hurricane Evacuation Plan, we have priority drop fueling from our fuel supplier which allows us to provide un- interrupted service to all of our law enforcement agencies. The Car Store of West Orange, Inc. 12811 West Colonial Dr. Winter Garden, FI 34787 • Established 1969 • Began Towing 1972 • Heavy Duty Towing 1972 • Family Owned And Operated For 40 Years • Established 2nd Location In Lake County, FI 1989 • Service All Police Agencies For Lake And Orange Counties Garrett Paquette Owner President • Towing And Recovery Since 1981 • Director Of Lake County Operations 1989 • Owner And Director Of Operations Companywide 1998 • Certified In Light Medium Heavy Duty Towing 1984, Kinnman School • Certified By PWOF / NATA Light Medium Heavy Duty Ultra Heavy Duty 2005 • Member Of PWOF(Professional Wrecker Operators Of Florida) • 40 Hazmat Certification, She Solutions,LLC • Train The Trainer Certification NATA 2007 • Instructor Light & Medium Duty Towing, NATA (North American Towing Academy) • Instructor & Author Of Heavy Duty Instruction Manual NATA • Recognized Instructor for Florida's Turnpike Enterprise RISC Heavy Duty Recovery Program • Certification From Global Aircraft Recovery, 2008 Boise Idaho • In -House Instructor For The Car Store Of West Orange, Inc. • Instruct Mitigation Of Fluids And Florida Open Roads Policy NATA • Owner Of Incident Responder Training Llc. Established For In House Driver Training • Inventor Of "The Flip Stick" Tool Used For Single Lane Rollovers With Car Carrier • Corporate Liaison To Lake County Schools, Lake County Sheriff's Office/ Lake County Fire Rescue, Contract Administrator. • Corporate Liaison To Florida Turnpike Enterprise RISC Contract • Tim Team For Tri- County, Lake Sumter, And Turnpike. • Maintenance Of Traffic Certified • Instruct "On Scene Traffic Safety" For NATA As Part Of Heavy Duty Training The Car Store of West Orange, Inc RPF # 11 -002 City of Ocoee • Involved In Multiple RISC Quick Clearance Jobs Florida's Turnpike • AAA Service Provider 2001 To 2003 Todd Paquette Owner / Vice President & Director • Owner And Director Of Operations Companywide 1998 • Towing And Recovery Since 1985 • Director Of Orange County Operations 1996 TO Present • Certified By PWOF / NATA Light Medium Heavy, Ultra Heavy Duty 2004 • Member Of PWOF • Degree In Business Georgia Southwestern State University 1985 • 8 Hour Hazmat Certification • Corporate Liaison To Orange County Sheriff's Office, Oakland Police Dept., Winter Garden Police Dept., Ocoee Police Dept., Windermere Police Dept. • Certified In Mitigation Of Fluids / Florida Open Roads Policy • Maintenance Of Traffic • Maintain Employee Files Payroll Administrator • Insurance Liaison For Group Health Care Benefits • President of West Orange Kiwanis Club 2004 • Maintain Communication Between Employer And Employee Spouse / Family When Necessary Sharon Paquette Secretary/ Treasurer /Comptroller • Responsible For All Payables • Head Of Receivables Dept. • Handles Certified Notification Of Vehicle Owners, Lien Holder, Ins. Companies Per Florida Statute 713.78 Or 713.785 • Prepares Title And Lien Paperwork For Local Tag Agencies Re: Lien Notification • Prepares All Legal Ad Notification Per Florida Statute 713.78 Or 713.785 • • The Car Store of West Orange, Inc RPF # 11 -002 City of Ocoee Tony Paquette Light Med & Heavy Duty Recovery Supervisor • Has Run Roadside Assistance Calls Since 2001 • Been Involved In Family Business Entire Life • Roadside Service Operator Auto Club South (AAA) 01/05 To 02/06 • Light Medium Duty Certified Operator PWOF 2007 • Heavy / Ultra Heavy Duty Certified PWOF 12/2007 • Mitigation Of Fluids / Florida Open Roads Policy Training 2008 • 8 Hour Hazmat Certification • Heavy Duty Operator Since 2006 • Involved In Multiple Quick Clearance Calls Florida's Turnpike. References Police and State Contracts Orange County Sheriff's Office Contracted Towing and Impound Services 1981 to Present City of Winter Garden Rotation Towing and Impound services 2005 to Present Town of Oakland Rotation Towing and Impound services 2003 to present Florida Highway Patrol Troop D Rotation Towing and Impound services 1972 to present Florida Turnpike Enterprise STARR (Specialized Towing And Roadside Repair) 2008 to present Florida Turnpike Enterprise RISC (Rapid Incident Scene Clearance) Ultra Heavy Roadway Clearance Program) Company References C & W Trucking Kevin Creeden 407- 877 -2600 Florida Detroit Diesel Allison Bill Lynch 407 - 888 -1700 Solomon's Auto Body Ali Nesaralli's 407 -656 -4223 Ford of Clermont Marie Svc Mgr 352 - 394 -6161 Prestige AB Ready Mix Roger Duggins 386- 527 -9162 The Car Store of West Orange, Inc RPF # 11 -002 City of Ocoee The Car Store Of West Orange Inc. Employee Roster Stephen Lett L300- 783 -83 -379 -0 10 -19 -1983 Jason Burkhalter B624- 424 -83 -379 -0 03 -05 -1983 Timothy Shoff S 100- 804 -78 -416 -0 11 -16 -1978 Donnie Lease L200- 172 -74 -293 -0 08 -13 -1974 Brandon Ramos R520- 075 -83 -129 -0 04 -09 -1983 William Bonilla B540- 922 -73 -262 -0 07 -22 -1973 Gene Cadle C340- 285 -46 -173 -0 05 -13 -1946 Tony Paquette P230- 812 -84 -391 -0 10 -31 -1984 Steven Nemkovich N521- 787 -77 -452 -0 12 -12 -1977 Joshua Kane K500- 433 -85 -177 -0 05 -17 -1985 Garrett Paquette P230- 292 -63 -450 -0 12 -10 -1963 Brian France F652- 070 -77 -127 -0 04 -07 -1977 Car Store Towing 2 4x4 Light /Medium Duty Tow Trucks 1995 F450 4x4 Century 612 12 Ton Recovery Boom 12,000# WHINCHES 6500# Wheel Lift,14,000# GVW VIN #1 FDLF47FOSEA18836 2008 F550 4x4 Century 612 12 Ton Recovery Boom 12,000# winches W/ 6500Ib Wheel Lift Vin # 1FDAW57R58EC55175 3 Light / Medium Duty Tow Trucks 1999 International 4700 Century 612 / 12 Ton Recovery Boom 12,000# winches 6500# wheel lift 26,000# GVW Vin # 1 HTSCAALOXH210451 1999 International 4700 W /Jerrdan 12 Ton Recovery Boom 12,000# WINCHES 6500# Wheel Lift 26,000# GVW VIN # 1 HTMMAAL56H230294 2005 Chevrolet 5500 W/ Eagle Self Loading Wheel Lift & Recovery Boom 8000# WINCH 15,000# GVW VIN # 1GBE5C1206F402040 • 1995 Ford F450 W/ Eagle self Loading Wheel lift & Recovery Boom Vin # 1 F DC F47F 1 S EA69066 12 Flatbed / Car Carriers 2006 International 4300 W/ 21 ft Champion 10,000Ib carrier with independent Wheel Lift 8000# WINCH 26,000 GVW VIN # 1HTMMAAL56230294 1997 Kenworth T300 W/ 21ft Century 20,000Ib Carrier With independent Wheel Lift 33,000# GVW VIN# 3NKMH77X3VF739425 2006 Ford F650 W/ Jerrdan 10,000lb Carrier w /independent Wheel Lift 8000# WINCH 26,000# GVW VIN # 3FRNF65Z36V315702 1999 International 4700 W/ Jerrdan 10,000Ib Carrier 8000# WHINCH w /independent Wheel Lift 26,000 #GVW VIN# 1HTSCAAM6XH599525 2007 International W/ Jerrdan 10,000Ib Carrier w /independent Wheel Lift 8000# WINCH 26,000# GVW 2006 F650 W/ Jerrdan 10,000Ib Carrier w /independent Wheel Lift 8000# WINCH 26,000# GVW VIN #3FRPF65086V344283 2005 F650 Extended Cab w/ Vulcan10,000lb Carrier w /independent Wheel Lift 8000# WINCH 26,000# GVW 2004 F650 Extended Cab w/ Jerrdan 10,000Ib Carrier w /independent Wheel Lift 8000# WINCH 26,000# GVW 2005 F650 Extended Cab w/ Jerrdan 10,000Ib Carrier w /independent Wheel Lift 8000# WINCH 26,000# GVW 2005 F650 Extended Cab w/ Vulcan 10,000lb Carrier w /independent Wheel Lift 8000# WINCH 26,000# GVW 2005 F650 Extended Cab w/ Champion10,000Ib Carrier w /independent Wheel Lift 8000# WINCH 26,000# GVW Equipment list Page 1 Car Store Towing 3 Ultra heavy Duty 50 Ton Tow Trucks 1995 Kenworth T600 Class C W/ Vulcan V100 50 Ton Recovery Boom & Integrated Wheel Lift VIN# 2XKDD68X3RM933826 2005 Peterbilt 378 Class C W/ Century 9055 50 Ton Recovery Boom & integrated Wheel Lift 318WB VIN# 1XP5DB9X85D857249 1994 Peterbilt 379CIass C W/ Vulcan V100 50 Ton Recovery Boom & integrated Wheel Lift 318WB VIN# 1XPADBOX4SN361964 Heavy Duty 60 360 degree Rotator 1996 Kenworth T800 W/ Century 1060S 60 Ton Rotator & Independent Wheel Lift VIN #1 XKADB9X9TR679274 Specialized Equipment 1999 International Tractor 2005 Kaylyn Siebert Slide Axle Trailer Vin #2HSFMAMR9WC043998 VIN# 5DDKM532541001440 1988 Dodge 3500 Support Vehicle Caterpillar 252 Skid Steer VIN # 1 B6MW3453JS765608 Bobcat T190 Track Skid Steer Low Pressure Air Cushion Recovery System UP DATED 07/22/09 Equipment list Page 2 Operations Plan Hours of operation 7:30 am to 6:OOpm M -F 8:00 am to 5:OOpm Sat The office hours required by this RFP would put no addition strain on our staff, The hours requested fall well within our current hours of operation. Dispatch We have multiple contracts that mandate we have personnel answering our phones 24hrs per day 365 days per year. We have been providing this service to our customers for over 20 years. Supervisors 2 Job site supervisors are available at all times within our company. We have been doing this for many years and feel as though it has kept our business running efficiently. Cell phone numbers for supervisors along with Nextel numbers if in use by the city can be made available upon request. Service Calls / Towing Our personnel are required by other contracts to be trained and certified in towing and recovery, this is a benefit to the city if we are chosen for this RFP. All drivers meet stringent requirements for working on Florida's Turnpike STARR program. As a current provider of towing services to the city, we have shown that we provide quality service in a timely manner which is a big part of this contract. The Car Store of West Orange, Inc RPF # 11 -002 City of Ocoee The Car Store of West Orange, Inc. The Car Store of West Orange, Inc 12811 West Colonial Dr Winter Garden, Fl 34712 9/1/2011 In this RFP the city has made provisions to be able to make multiple choices within the contract for service providers. We feel it necessary, in order for us to provide the towing of city vehicles for the much reduced rate; an award of all categories of this contract would be necessary but not absolute. Thank you, f Garrett Paquette President 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 16 maintains a fully- equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 23_ EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor, attach additional sheets if necessary and write "see attached ". 24. REFERENCES /EXPERIENCE OF PROPOSER WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years, attach additional sheets if necessary and write "see attached ". DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER /EMAIL ADDRESS /NAME OF CONTACT Have you any similar work in progress at this time? Yes g No Length of time in business yr?, years months. Bank or other financial references: RFP11 -002 Wrecker Services 20 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 17 25. SUBMITTALS: The City of Ocoee requires comprehensive responses to every section within this RFP. To facilitate the review of the responses, Proposers shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Proposers with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Submissions shall be limited to a total of twenty -five (25) 8.5 "x 11" pages (excluding front and back covers, dividers, and all forms included in this REP, additional sheets to complete the forms are excluded), single- sided, portrait orientation, 12 -point font, and contained in a three -ring binder or other format amenable to easy photocopying. The person signing the RFP on behalf of the Proposer shall have the legal authority to bind the Proposer to the submitted Proposal. In order to simplify the review process and obtain the maximum degree of comparison, the Proposer must provide the following content when responding to the RFP: Section 1 — Company Information I Firm's history: include location and number of years in business, etc. List location of principal compound, hours of operation, and condition of Facilities. 11 List of all firm's supervisory employees, their qualifications, and their role for this contract. Firm and employee certifications and registrations with regulatory agencies, professional organizations, etc. (:! Firm's sub - contractors, their qualifications, and their role in providing services. II List and quantity of firm's (and firm's sub - contractors' if applicable) equipment to be used for this contract. Section 2 — Company Experience /References /Qualifications l.! List of firm's other current or recently completed similar services within the past three (3) years with other public or private agencies. LI List of at least three (3) client references to include organization name, contact person, telephone number (s), and e-mail address. LI Litigation Summary. Section 3 — Proposal 0 Proposed Service Rates, use Exhibit B Proposal Form. f:J Proposed Implementation Plan/Technical Approach. 0 Record Keeping and Billing Procedures. RFP 11.002 Wrecker Services 21 08/15/2011 08:43 3523941617. CAR STORE TOWING PAGE 18 Section 4 -- All Forms Included in the RFP • 00 Company Information /Signature Sheet I•1 Other forms listed on Table of Contents to be submitted with your proposal. 11 Bid Security. 26. SELECTION CRITERIA: The criteria for making an award recommendation are: 1. Vendor Location (0 --10 points) 2. Facilities: Condition of facilities, convenience of principal compound O points) hours of operation 3. Equipment: Condition of equipment, availability and types of equipment to be used during the term of the contract. 4. Experience, Staff, Technical approach, References - current and past performance of the proposing firm in providing directly related services of equal magnitude and complexity; cornpetency of staff, owners and officers, and any subcontractors who will be directly involved managing the service on a daily basis, Number of full time staff assigned to this contract; Proposer's Qualifications and understanding of the Scope of this contract, Implementation Plan / Technical approach, (0 -- 20 points) 5. Record keeping and billing procedures. ( — 10 p oints) 6. Service Rates. (0 — 20 points) As a part of the proposal evaluation process, the City may conduct a background investigation, including a record check by the Ocoee Police Department of the Proposer. Proposer's submission of a proposal constitutes acknowledgement of the process and consent to such investigation. No proposal shall be accepted from, nor will any contract be awarded to, any person, who is in arrears to the City, upon any debt or contract, or who is a defaulter, as surety or otherwise, upon any obligation to the City, or who is deemed irresponsible or unreliable by the City. RFP11 -002 Wrecker Services 22 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 19 A City selection committee will review and evaluate each Respondent's proposals and will short -list and recommend to the City Commission one or more qualified firms to provide the requested services. The City Commission's decision to accept, alter, or reject the selection committee's recommendation shall be final. The City reserves the right, before awarding the contract, to require a Proposer to submit such additional evidence of its qualifications, which may include oral presentations, as the City may deem necessary. The City shall be the sole judge of the competency of Proposers. NI successful Proposers shall be required to execute an agreement that provides, among other things, for all plans, drawings, reports, and specifications resulting from Proposer's services to the City to become the property of the City. (Remainder of page left blank intentionally) RFP11 -002 Wrecker Services 23 08/15/2011 08:43 3523941611 CAP. STORE TOWING PAGE 20 EXHIBIT "A" SCOPE OF SERVICES CITY WIDE WRECKER TOWING SERVICES t Purpose The City Of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) and State of Florida Statutes, is soliciting proposals from experienced Contractors to establish a multi -year Contract for City -wide Wrecker Towing Services for the removal and storage of vehicles 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. This contract is for public roads and City vehicles only and does not include private. Respondents may bid on either Category One or Category Two or both categories, plus other proposal items listed on the Proposal Form. The City intends to award a contract r be more nnually experienced unles automatically t call Contractors. The contract shall Y terminated by the City in writing, for a maximum of five (5) years from the date of execution, with an optional one (1) year renewal_ The contract may include a clause authorizing annual price adjustments. 2. Eligibility To be considered responsive to this RFP, Proposers must comply with all of the minimum requirements set forth in this document. The City reserves the right to negotiate with any or all of the responsive Proposers. To be eligible to provide towing services for the City, the Proposer must demonstrate that they have successfully completed services similar to those specified in this proposal. The Proposer must be regularly engaged in the towing business within the geographic boundaries described herein, have prior successful experience in providing similar services during the past three (3) years, required equipment, and organization sufficient to ensure that they can satisfactorily provide the services if awarded a contract. Proposer all have corporate d1 officers, 'n or charges against the firm, principal owners, partners, management employees. 3. Communications Contractor shall provide its own two -way radio or approved alternate communication system. The communications system shall be between Contractor's base station and service trucks that provide towing services for the 24 RFP11 -002 Wrecker Services 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 21 City. The communication system shall be regularly checked and remain fully operational during the term of the Contract. 4. Storage Facilities The vendor shall maintain storage and outside storage facilities complying with all applicable building and zoning regulations located within a ten (10) mile radius from the City of Ocoee Police Department located at 646 Ocoee Commerce Parkway, Ocoee. Florida 34761 and contiguous to the Vendors base of operations other than further specified in this section. Such Facility will meet or exceed the following criteria. 4.1. Inside Storage 4.1.1. Roof; wall; solid floor, i.e., concrete or asphalt, free of standing water and vegetation; lockable door; alarm system approved by the Police Department. The area shall be accessible to authorized personnel only 4.1.2. Working area of 9'x20' per vehicle with at least a 10' ceiling. 4.1.3. Have, within thirty (30) days of award, a hydraulic rack capable of lifting vehicles totally off the floor or equivalent facilities to permit Police investigators to stand below the vehicle to make thorough investigations. 4.1.4. Electrical lighting source sufficient to permit processing of vehicle 4.1.5. One (1) outside window or ventilation system. 4.1.6_ May not be located on the physical plant (grounds) of another business without prior approval of the Police Department; i.e., inside storage must be located inside the physical plant of the Contractor's business. 4.1.7. Contain a minimum of two (2) inside enclosed and secure storage spaces for the exclusive use of the Police Department. 4.2. Outside Storage 4.2.1. To be kept and maintained to include: the removal of junk tires and auto parts, the trimming of all shrubbery, trees and lawns (fence line and grounds), adequate drainage to prevent standing water after rainstorms.2. Must contain a minimum of fifty (50) spaces and housed so that a person may reasonably walk around each vehicle or trailer in an unobstructed manner RFP11 -002 Wrecker Services 25 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 22 4.2.2. Must be protected with an alarm system, guard dog, or approved equal and must be enclosed with a solid wail or a substantial wire fence not Tess than six (6) feet in height. 42.3. Contractor must provide outside storage, at outside storage rates, unless he receives written instructions from the City or vehicle owner to provide inside storage for that vehicle. 4.2.4. The fence shall screen the enclosed area from public view, storage shall be fully illuminated, and barriers shall be affixed to the top of the fence or wall to discourage access over the top. The fence or wall shall be kept in good repair throughout the contract term. Damage to the fence or wall shall be repaired within twenty -four (24) hours. 4.3. Crime Scene Storage 4.3.1. A storage facility for vehicles, which have been marked "hold" by the Ocoee City Police Department relative to a crime scene investigation shall be stored at the Contractor's Principal Compound in an enclosed, secure area. 4.3.2. Any vehicle towed, stored, and marked "hold ", relative to a crime scene investigation shall be handled with gloves, i.e. cloth, rubber or leather, by the wrecker operator, unless otherwise authorized by police personnel. 4.3.3. Crime scene vehicles shall be stored to prevent physical contamination or degradable evidence from deteriorating by coverage of the vehicles with tarpaulin type covers, or their equivalent or by storage in an enclosed secure facility. 4.3.4. If laboratory work on a crime scene vehicle must be processed at the City of Ocoee Police Department or other local facility, the crime scene vehicle shall be transported at no charge to the city.All Contractor storage facilities shall be subject to inspection and must be approved by the City prior to the award of a contract_ Storage facilities shall also be subjected to periodic inspection when deemed necessary by the Police Department or other authorized City personnel during the life of this contract. Any discrepancies in the sole opinion of the City shall be submitted in writing to the Contractor and tens (10) days shall be allowed by the contractor to correct the discrepancies to the satisfaction of the City. 4.4. Facilities Location Changes In the event all storage facilities of the Contractor are filled to capacity, the Contractor shall not be relieved of responsibility to perform and is required RFP11 -002 Wrecker Services 26 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 23 to make such arrangements for storage as will fulfill the requirements of the City. All storage space used, which is not listed in the original proposal, must meet the requirements of the Contract. No storage space or area shall be used or changed unless prior written approval is obtained from the Police Department. 5. Equipment Contractor shall have access to a certified scale to weigh vehicles at the Police Department's request. Contractor shall have a minimum of eight (8) vehicle skates to allow for the movement and positioning of vehicles for investigative purposes. 6. Towing Service Requests for public towing service and removal of traffic hazards shall be routed through the Police Department or the Code Enforcement Division_ The Police Department or the Code Enforcement Division reserves the right to cancel a request for services from Contractor at any time including up to time of hookup. Except in situations where a vehicle has a police hold, if the registered owner or other legally authorized person in control of the vehicle arrives at the scene prior to the removal or towing of the vehicle, the vehicle shall be disconnected from the towing or removal apparatus, and that person shall be allowed to remove the vehicle without interference upon payment of a reasonable service fee of not more than one half of the posted rate for such towing service for which a receipt shall be issued, unless that person refuses to remove a vehicle which is otherwise illegally or unlawfully parked. The Contractor agrees that the mere response to a service call scene without other action does not constitute a service for which charges are applicable. All vehicles being towed to Contractor's storage compound shall be taken directly to that area. Nothing herein will prevent the owner of a vehicle from selecting his /her own tow service. However, the Officer on the scene may take any action deemed necessary to clear the scene, including, but not limited to, cancellation of a wrecker up to time of hookup upon an unreasonable delay or an emergency condition. The location of the towed vehicles must be retained the the designated compound ce oDepartmenmoved only with proper authorization from the City Ocoee Police Should Contractor furnish a wrecker in a higher class than the one required for a particular class of vehicle, the only charges that would be authorized would be those for the proper class of wrecker for vehicle being towed. 27 RFP11 -002 Wrecker Serlices 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 24 6.1. Delays The Contractor shall respond to requests for service within thirty (30) minutes of the receipt of request for service. If longer than thirty (30) minutes, a penalty may be imposed. The penalty shall be fifty dollars ($50.00) unless the Contractor has good cause in the opinion of an authorized Police Department Representative or the Contract Administrator. Penalty fees may be imposed following written notification of any delay of service beyond thirty (30) minutes. 7. Cleanup and Debris Removal After arrival at a scene, the tow truck operator shall remove any hazards and /or debris from the street as requested by the Police Officer. 71. Removal of Hazardous Waste Spills After arrival at a scene, the tow truck operator shall remove any hazards and/or debris from the street as requested by the Police Department. The Contractor must ensure all tow truck operators that perform hazardous materials cleanup meet all training and prescribed requirements of all applicable laws, rules and regulations. In addition, it shall be the responsibility of the Contractor to properly dispose of all hazardous materials and debris in accordance with all applicable laws, rules and regulations. An additional fee may be charged for hazardous material removal in accordance with the current rates set forth by Ocoee's Towing Fees (Exhibit 'C "). 8. Protection of Vehicles and Property In addition to the responsibility of providing security for stored vehicles, Contractor shall assume responsibility for any articles of value left in the vehicle and listed on the property receipt form. Contractor shall replace any such article upon verification of the loss by the designated investigative person representing the Police Department. Contractor shall assume total responsibility to ensure at time of tow that impounded vehicles shall remain in the same condition and retain the same equipment. The Contractor shall also assume responsibility for any articles of value left in the vehicle and listed on the Vehicle Inventory Receipt. Any complaints concerning thefts from a stored vehicle will be investigated by the Police Department and appropriate action taken. Provisions under this section do not preclude any aggrieved party from seeking remedy in the appropriate court. RFP11 -002 Wrecker Services 28 8.1. Weatherproofing of Vehicle If, in the opinion of a Contractor and �cle hequires special weathew and/or the Police Department, the protection, the Contractor will so note it on the vehicles storage vehicle cei sand the Contractor shall be required to completely time fee for weatherproof material and shall be allowed to charge a none anal charges this service per Ocoee's Towing Fees (Exhibit "C "). No will be allowed_ 9. Release of Vehicles The Contractor shall directly release any vehicle which has not been marked "hold" provided that the proper proof of identification rsh ch is marked presented and payment of appropriate fees is received. Any vehicle tow "hold" will not be released without written autedari�ya{ the eque st of the Po ce Department. The Contractor shall release any vehicle towed ears on the title or registration Department only to the person whose name app e certificate as the registered owner or lien i released by the Contractor shall authorized agent of such person. The vehicles be delivered to the public right of way at no additional a arge. a for hall include the use of any necessary equipment. Vehicles through Friday, and between the hours of 8:00 a.m. and 5:00 p.m., Monday 10:00 a.m. to 2:00 p.m. Saturdays, excluding holidays. 9.1. All motor vehicles which have not been reclaimed must be disposed of according to applicable State, City, and County laws. 10. Viewing of Impounded Vehicles Contractor agrees to allow the registered owner upon proper identification, owner's agent or insurance representative, to view said vehicle on the premises of Contractor. Contractor shall allow every vehicle owner or authorized representative to inspect the towed vehicle within a reasonable time upon his /her arrival at the storage y be n permitted to remove any charges. The vehicle's owner or representative shall from the vehicle any and all personal possessions not affixed to the vehicle, including but not limited to telephones, tapes Vehicle owner/authorized Contractor shall assist any vehicle's owner /agent in doing representative shall acknowledge receipt of such property on a form provided by Contractor. No Vehicle marked hold will be allowed viewing or access without written consent of the Ocoee Police Department. RFP11 - 002 Wrecker Services 29 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 25 11. Equipment Availability If the Contractor sub - contracts, the Contractor is still responsible for meeting all of the requirements of these rules and regulations. 111. Contractor must have adequate up -to -date equipment and personnel (including certified drivers) capable of handling all types of vehicles and equipment in the safest possible way and in any situation that may arise to include underwater recovery. 11.2. Contractor shall use all appropriate equipment and safety procedures required to provide the services required of this contract. Failure to use proper equipment and safety precautions for each tow or retrieval constitutes a violation of the contract. 11.3. Contractor shall be responsible for all damages resulting from use of improper procedures and /or equipment. 12. Signage Contractor must post a City approved sign in its facility indicating charges authorized by the City, in accordance with this Contract. The sign must be minimum one (1) inch lettering and permanently and conspicuously posted in the area where the charges are paid to the Contractor. 121. The Contractor acknowledges it is an independent contractor and not an authorized agent, partner, affiliate, joint venture or representative of the City. The City is not responsible or liable for the acts, omissions, debts or default of the Contractor or its employees. 12.2. Contractor agrees that its tow sites or issued correspondence will not indicate any official relationship between the Contractor and the City Of Ocoee. 13. Forms The Contractor shall provide standardized, printed, sequentially numbered, City approved triplicate receipt forms listing the nature of the work performed. The rate schedule shall be printed on each copy of the form. The Contractor shall provide a separate invoice for each and every towing service provided under this contract. The basic information contained in the invoice shall include, but not be limited to, the following: A. Date of Service Call. RFP11 -002 Wrecker Services 30 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 26 B. Service call number assigned by City. C. Location where tow originated and destination. D. Vehicle VIN number. E. Vehicle make and model. F. Vehicle license number. G. Driver's name and I. D, number. H. Reason for the tow such as: crash, parking, road blockage, City vehicle, confiscated, abandoned /derelict, etc. Breakdown of all towing, recovery, or storage charges. J. The following information shall be printed or stamped on the invoice /receipt and provided to owner when vehicle is picked up: 1. A policy statement concerning rates, policies, and procedures provided by the City. 2. A list of all approved rates. 3. City telephone numbers for questions or complaints regarding the contract. (The type size and content of this information is subject to City approval.) 14. Reports and Owner Notification The Police Officer, Community Service Aide or Code Enforcement Officer on scene will be Responsible for obtaining the information required on the vehicle towing /storage receipt for all Titled vehicles. The Police Officer, Community Service Aide or Code Enforcement Officer is required to submit a report describing the circumstances requiring the dispatch of a tow truck. The wrecker driver shall not remove a vehicle from the scene without a copy of a fully executed and legible receipt. If, at the time of removal, the name of the registered owner of the vehicle is not available, it shall be the responsibility of the Police Department to supply this information to the Contractor upon request. If the state of registration is unknown, the Contractor shall make a good faith effort to notify any potential owner or lien holder, and such notice shall be given with a reasonable period of time from the date of storage. Good faith effort rneans the following has been performed by the Contractor to establish ownership or interest in the towed vehicle: RFP11 -002 Wrecker Services 31 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 27 A. Check of vehicle for any type of tag, tag record, temporary tag, or regular tag. B. Check of Law Enforcement Report for tag number, if the vehicle was towed at the request of a Law Enforcement Officer. C. Check of trip sheet or tow ticket indicating if a tag was on vehicle at beginning of tow. D. If there is no address of the owner on the impound report, check of Law Enforcement Report to see if an out -of -state address is indicated from the driver license information. E. Check of vehicle for inspection sticker or other stickers and decals that may indicate a state of possible registration. F. Check of the interior of the vehicle for any papers that may be in the glove box, trunk, or other areas for a state of registration. 14.1. The Contractor shall maintain a separate log of vehicles in which the owner or lien holder cannot be determined. This log shall be maintained at the tow location listing the date, time, method of notification; location towed from and total towing and storage charges. 14.2. The Contractor shall maintain, at his /her place of business, a file that will contain: 142.1. Vehicle towing /storage receipt of each vehicle on premises towed under this contract and proof of ownership notification and invoice of charges for all vehicles released, These receipts will be maintained sequentially according to the Police Case Number or Code Enforcement Case Number, Log of all calls for service on a monthly basis. 142.2. Notification log indicating date, time and method of notification to the registered owner of a towed, stored vehicle. Copies of all release forms. 14.2.3. Copies of all forms pertaining to the disposal of vehicles not claimed by owner(s). 14.2.4. A log indicating vehicles to be auctioned, date of auction, name and address of owner and /or lien holder, and date contacted. RFP11 - 002 Wrecker Services 32 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 28 14.3. The Contract Administrator or designee reserves the right to examine any and all records relative to the contract, and said files and logs shall be available for inspection and checking during normal working hours, during the entire term of this contract and for three (3) years thereafter. 14.4. The Contractor shall supply to the City: a Copy of public notice of sale prior to date of sale, a detailed listing of vehicle serial numbers, tow receipt number, year, make and model number of vehicle, moneys received, purchaser's name and address. 14.5. Copy of paid towing /storage receipt on a monthly basis identified by the towing receipt number, 15. Default and Cancellation 15.1. The occurrence of any of the following events shall constitute cause for canceling the Contract, and the Contract shall in fact automatically terminate upon the following: 15.2. Failing to respond three (3) times during the course of any year to City's request for tows.(A delayed response in excess of thirty (30) minutes may not be considered a failure to respond.) 15.3. The Contractor filing an Adjudication of Insolvency, reorganization or bankruptcy. 15.4. Abandonment of the premises or discontinuance of operation. 15.5. The making of a general assignment for the benefit of creditors. 15.6. Exceeding rates authorized by this Contract. 15.7. An unsatisfactory annual review (by the Contract Administrator) specifying anyone of the following: 15.7,1. Deficient performance. 15.7.2. Criminal Conduct. 15.7.3. Violations of State, Federal or Municipal Laws or Regulations. 15.7.4. Sustained complaints of rude or discourteous service. RFP11 -002 Wrecker Services 33 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 29 16. Competency of Contractor Pre - permit inspection of the existing or proposed facilities will be made after the submission of application. Applications shall be considered only from firms experienced in the towing business, and who can produce evidence that they have an established and satisfactory record of performance and have available the required equipment location, size and site and organization sufficient to ensure that they can properly execute the services required: Applicant must have all necessary county and local licenses and permits as may be required to operate the type of requisite business. The applicant is presumed to be familiar with all laws, ordinances, rules and regulations that may, in any way, affect the work. Ignorance of the foregoing on the part of the applicant will in no way relieve it from responsibility. Contractor shall provide standardized, printed sequentially numbered, City approved invoice forms listing the nature of the work performed, for the exclusive use of Police tows, Parking tows or Code Enforcement tows. A legible invoice shall be made for each and every vehicle towed. Contractor shall keep on file for three (3) years copies of all paid invoices, together with Vehicle Storage Receipts and any and all impound Togs filed by sequentially incident numbered forms. These records shall be subject to inspection by designated City representatives during normal business hours. Contractor shall comply with all written procedures as issued jointly from time to time by the Parking Enforcement Division, the Police Department and the Code Enforcement Division, which will facilitate the release of towed and /or impounded vehicles to the owner. 17. Vehicle Classifications For charges as stated herein, fees charged shall be based on gross vehicle weight as set forth by Ocoee's Towing Fees (Exhibit "C "): 17:1. Towing Charge(s) - Maximum fee to be charged for towing each class of vehicle as set forth by Ocoee's Towing Fees (Exhibit "C''). This maximum fee shall include services associated with towing, winching, waiting time, overturning or use of a dolly or flatbed for any vehicle subject to tow. Proposer must have the ability to accept credit cards from the customer for the payment of storage and towing charges. 'Cancellation after tow services engaged (vehicle not towed from scene) only half of the towing fee may be collected. RFP11 - 002 Wrecker Services 34 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 30 17.2. Storage Charge(s) - Maximum fee to be charged for storage of each class of vehicle for each twenty -four (24) hour period, or portion thereof, after first six (6) hours, which is included in the above maximum towing fee as set forth by Ocoee's Towing Fees (Exhibit "C "). *Vehicles subject to forfeiture will not accrue storage or towing charges for the first thirty (30) days of storage. Proposer must have the ability to accept credit cards from the customer for the payment of storage and towing charges. 173. Service -call fees other than towing - A tow or hook -up fees and service -all fees are separate items. A service -call fee can be charged in addition to the tow service rendered i.e. repair flat or start vehicle. Any service call fee must be approved by vehicle owner prior to service provided. Service call fees are set forth by Ocoee's Towing Fees (Exhibit 17,4. Administration (After 48 Hours) Administrative charges referred to and include verification of a vehicle identification number, search of vehicle for ownership information, preparation of documents required by Florida Statutes, preparation and mailing of any applicable notification letters, preparation of vehicle for auction. Contractor must actually perform research to determine ownership of and notification to vehicle owner. Written documentation of the effort to ascertain ownership of the vehicle must be in the form of a TAVIS report and must be made available upon request. Administrative charges shall not be imposed on vehicles with a police hold until or unless the hold is removed and such administrative services become applicable. 18. Annual Performance Review, Inspections and Audits The City may conduct an annual performance review of the Contractor. 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 Contractor 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, Contractor'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 Contractor. RFP11 -002 Wrecker Services 35 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 31 The Contractor 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. 19. General Terms 19.1. Any vehicle released at the scene by a Community Service Aide, a Code Enforcement Officer or a Police Officer may be towed to any location at owner or driver's request at towing rates in accordance with Ocoee's Towing Fees (Exhibit "C "). 192. Nothing herein will prevent the owner of a vehicle from selecting its own tow service. 19.3. Contractor shall abide by all applicable State, County and Municipal laws and regulations regarding impoundment and storage of vehicles. 20. Crime Victims Exemption If the towed vehicle is determined by the Police Department to be a crime scene and is being held for processing, no towing or storage charges shall be charged to the vehicle's owner. 21. Abandoned and Derelict Vehicles The Contractor may dispose of equipment to compensate for towing and storage charges after all responsibilities called for in accordance with Florida Statutes 713. The Contractor agrees to maintain a log at the place of business listing date, time, and method of notification. 22. Florida Statute Towing /Storage Guidelines Contractor will be required to follow the guidelines set forth in Florida State Statute 713/8 as it may be amended from time to time regarding liens for towing and storage. Contract will be required to comply with Florida State Statute 323.002 for municipal towing. 23. Equipment Requirements If awarded a contract, the Contractor is to provide the minimum number of wreckers in each classification listed below in accordance with the Rules of the Department of Highway Safety and Motor Vehicles Division of Florida Highway Patrol Wrecker Qualifications and Allocation System. RFP11 -002 Wrecker Services 36 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 32 Additional wreckers of a higher class may be substituted to meet the requirements for a lower class vehicle. If additional wreckers in any or all classes are required to handle the volume of tows requested under this contract, the Contractor is to provide them at no cost to the City. Contractor agrees to maintain a sufficient fleet of tow trucks and necessary equipment to perform the total contract service requirements, plus all other business including law enforcement and commercial. The City will be given preference on any call for service. All equipment shall be modern, commercially manufactured, and in good mechanical condition. No towing service equipment shall be used by the Contractor as an emergency vehicle. All towing vehicles must be equipped with a two -way radio or similar devise capable of covering all assigned territory and to the Contractor's Compound. Contractor shall have full control and total availability of all equipment listed below in his /her contract inventory. A, Class "A" Towing /Recovery Vehicle Specifications Quantity: 2, including flatbed car carriers 1_ A truck chassis with a manufacturers rated capacity of at least 10,000 pounds gross vehicle weight. A complete commercially manufactured crane and winch having a manufacturers rating of at least 44- tons must be mounted on the chassis. Hand crank winches do not satisfy these requirements and will not be approved. 2. A minimum of one hundred feet of 3/8 -inch cable. 3. Cradle or tow plate or tow sling to pick up vehicles. The cradle or tow plate is to be equipped with safety chains and so constructed that no further damage will occur when picking up vehicles. 4. Dual rear tires. 5_ Vehicles, which are equipped with wheel lifts or equivalent, may also qualify as Class "A" tow trucks so long as ail other applicable requirements are met_ 6. In addition, Contractors should have sufficient roll -back or slide back car carriers with specifications and equipment as follows: A minimum of a one - ton truck with a sixteen foot bed, dual wheels and one winch with an 8,000 pound capacity. A minimum of 50 feet of 3/8 -inch cable. A brake lock RFP11 - 002 Wrecker Services 37 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 33 device. A minimum of two safeties tie down chains twenty feet in length. Tow spot (flood) lights mounted on the rear. B. Class "B" Towing /Recovery Vehicle Specifications Quantity: 1 1. A truck chassis with a minimum manufacturer's capacity of 15,000 pounds GVW.A total boom capacity of not Tess than 6 tons. A power winch with a pulling capacity of not less than 10 tons 2. Minimum of 200 feet of at least 7/16 inch cable. 3. Cradle tow or tow sling to pick up vehicles. Cradle or tow plate to be equipped with safety chains 4. Double booms so constructed as to permit splitting or single boom, hydraulic elevated and extendible with 360 degrees swivel at end of boom 5. Dual rear tires. 6. Two snatch blocks — eight (8) ton rating. 7. Floor lights on the hoist. C. Class "C" Towing /Recovery Vehicle Specifications Quantity: 1 1. A truck chassis with a manufacturers rated capacity of at least 30,000 pounds gross vehicle weight for single axle trucks and 50,000 pounds gross vehicle weight for tandem axle trucks. A complete twin winch, commercially manufactured crane and a winch having a manufacturers rating of at least 25+ ton capacity mounted on the chassis. 2. A minimum of two hundred (200) feet of at least 5/8 -inch cable on each drum. 3. Air brakes so constructed as to lock the rear wheels automatically upon failure. 4. Air brake system to supply air to disabled vehicles. 5. A cradle or tow plate or tow sling to pick up vehicle. The cradle or tow plate or tow sling is to be equipped with safety chain and so constructed that no further damage will occur when picking up vehicles. RF'P11 -002 Wrecker Services 38 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 34 6. Dual rear wheels. D. Special Equipment: Equipment such as a Lowboy, air cushions, or major street clean up equipment does not have to be part of the Contractor's inventory. However, Contractor must demonstrate, to the satisfaction of the City, that such equipment is immediately available to them when the need for this infrequently used equipment occurs. Lowboy specifications: 1, Hydraulic roll back, flatbed, tilt, self- loading with 60,000 minimum capacities. 60,000 pounds GVW. 2. Hydraulic winch capacity of 10,000 pounds minimum. 3. Size: 48 feet Tong and 102" wide. 4. Contractor must have access to a certified scale capable of weighing vehicles involved in serious or fatal accidents at the request of the investigator. Note: The COMPANY will be required to have a minimum of two (2) vehicles available at all times to respond within thirty (30) minutes to an emergency scene, on a twenty -four (24) hour basis, seven (7) days a week, to assist the Ocoee Police or Fire Departments with extrication. E. Miscellaneous Requirements 1. Wreckers shall be properly equipped with clearance and marker lights and all other equipment as required by the Florida Statutes. 2. There shall be a rotor beam or strobe type Tight, amber in color, mounted on the wrecker in such a manner that it can be seen from the front, rear and both sides. 3. Dollies for all vehicles except for Class "C" and roll back carriers. 4. At least one heavy duty push broom with a minimum width of 24 inches on each vehicle. 5. Flood light on the hoist. 6. Minimum of one square shovel per each vehicle. 7. One crowbar or pry bar with a minimum length of thirty (30) inches per vehicle. RFP11 -002 Wrecker Services 39 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 35 8. A minimum of one 5 pound CO2, or dry chemical fire extinguisher or equivalent, The extinguisher must be of an approved type and have attached a current inspection tag. The extinguisher must be mounted so as to be readily accessible on every vehicle 9. One pair of bolt cutters with a minimum 1/2 inch opening per vehicle. 10. One set of jumper cables per vehicle. 11. One four -way lug wrench per vehicle. 12. One flashlight per vehicle. 13. Five thirty (30) minute fuses per vehicle. 14. One snatch block for each winch, manufacturers rating to match winch, except for roll back carrier. 15_ External air hookup and hoses for Class "C" trucks. 16. Extra towing chain six to eight feet in length with hooks per vehicle. 17. At least six safety cones or triangle reflectors per vehicle. 18. Fifty pounds of sand or suitable equivalent per vehicle. 19. Motorcycle trailer. (Remainder of page left blank intentionally.) RFP11 -002 Wrecker Services 40 08/15/2011 08:43 3523941611 CAR STORE TOWJING PAGE 36 EXHIBIT "B" • PROPOSAL FORM SERVICE RATES The maximum rates to be charged for vehicles or trailer owners or their designees for towing, Storage and standby wrecker service as a specified in Exhibit "C ". Services are to be provided at no charge to the vehicle or trailer, owner or his designee whenever service was requested in error pursuant to an Ocoee Police Department request. Such charges are to be billed to the Ocoee Police Department at the rates as specified herein. THERE WILL BE NO CHARGE FOR TOWING VEHICLES OR TRAILERS SEIZED FOR FORFEITURE AT THE REQUEST OF CITY PERSONNEL / NON -CITY OWNED VEHICLES (Estimated 740 tows annually) CATEGORY ONE - LIGHT 1. Class A: Standard Tow — Towing Passenger Cars, Trailers, Trucks, and Special Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters, up to 10 miles: Rate $ �o S..' "� per tow, per vehicle or trailer. Each additional mile over 10 miles is $ 3 per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer$ 3 A0 Administrative Fee (after 48 hours) $ go .12 0 4� Time on scene (after first 30 minutes) per quarter hour $ 2 v. 2. Class B: Standard Tow - Towing Trucks, Trailers and Special Service Vehicles, over 10,001 pounds GVW up to 19,500 pounds GVW, up to 10 miles. Rate $ 5O ° tow, per vehicle or trailer. Each additional mile overl0 miles is $ /,-e per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer$ /0,"' 00 0 Administrative Fee (after 48 hours) $ qa, RFP11 -002 Wrecker Services 41 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 37 00 Time on scene (after first 30 minutes) per quarter hour $ /U r' CATEGORY TWO - HEAVY 3. Class C: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles, Over 19,500 pounds GVW up to25, 000 pounds GVW, up to 10 miles: 00 Rate $ 50 per tow, per vehicle or trailer. Each additional rnile over 10 miles is $ per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer$ / Q - A!1 Administrative Fee (after 48 hours) $ q® 00 Time on scene (after first 30 minutes) per quarter hour $ / Cf 4. Class D: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles over 25,000 pounds GVW, up to 10 miles: Rate $ 200, per tow, per vehicle or trailer. Each additional mile over 10 miles is $ 7 per mile, per tow, per vehicle or trailer, ii Storage per day per vehicle or trailed - 7 L' o 4 j © Administrative Fee (after 48 hours) $ Dn Time on scene (after first 30 minutes) per quarter hour $ 5 STORAGE RATE The daily rate for storing a vehicle in storage is based on a Twenty -four (24) hour day. The first six (6) hours of each storage shall be free (i.e., from time of arrival at the storage facility through the sixth hour thereafter).Subsequently, and for each twenty -four (24) hour or portion thereof, a storage fee may be assessed in accordance with the bid. The maximum rates the Vendor is to charge vehicle or trailer owners or their designees for storage is as specified in Exhibit "C ". THERE WILL BE NO CHARGE FOR STORAGE FOR VEHICLES OR TRAILERS SEIZED FOR FORFEITURE IF THE OCOEE POLICE DEPARTMENT OBTAINS A FINAL JUDGEMENT OR FORFEITURE. RFP11 - 002 Wrecker Services 42 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 38 HOURLY CHARGE In addition to the maximum rates charged owners or their designees for towing services, the Vendor is allowed to charge a additional rate as specified below to cover all charges for any and all additional equipment including additional low trucks, tools and consumable items to perform any and all of the following; Servicing rollovers or submerged vehicles or trailers. Dropping (releasing) drive shafts on vehicles over one (1) ton only. Removing bumpers on vehicles one (1) ton and over only. Airing up brakes. Providing air bags, Note: 1. The Vendor is not allowed to charge separately for each of the above items; only one additional hourly rate is to be charged regardless of the number of circumstances involved and services performed. 2. The Vendor is not allowed to charge in addition to the tow fee for: Dropping (releasing) drive shafts on vehicles up to one (1) ton, or for Double hookups. HOURLY RATE CHARGE FOR ADDITIONAL EQUIPMENT AND CONSUMABLES CATEGORY ONE - LIGHT 00 $ 0 r per hour for Passenger Cars, Trailers, Trucks, and Special, Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters. O ' $ 1 /0, per hour for Towing Trucks, Trailers and Special- Service Vehicles, over 10,001 pounds GV\N up to 19,500 pounds GV\N. CATEGORY TWO — HEAVY $ 110 9 per hour for Towing Trucks, trailers, and Special Service Vehicles, over 19,500 pounds GVW up to 25,000GVW 0,0 $ 2 (0r per hour for Towing Trucks, trailers, and Special Service Vehicles, over 25,000 pounds. RFP11 -002 Wrecker Services 43 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 39 AIR BAGS $ 300r per hour for use of air bags for trucks and special service vehicles over two and one -half (2,5) tons. FIXED RATE CHARGES In addition to maximum rates charged owners or their designees for towing services, the Vendor is allowed to charge an additional fixed fee of $ of the City, written justification is to be submitted for use of dollies under circumstances nquest question by the City. WAITING TIME The Vendor may charge for waiting time after the first (30) minutes at the hourly rate specified in this section on a pro -rate basis in fifteen (15) minute increments as further specified below: Total Waiting Time Pro -Rata After the First Thirty Minute- Amount$ 7-4 31 to 45 minutes - One quarter of the hourly rate, 46 to 60 minutes - One half the hourly rate. 61 to 75 minutes - Three quarters the hourly rate. 76 to 90 minutes - One full hourly rate. ADDITIONAL SERVICES The Vendor is to respond to request from the Ocoee Police Department officer at the scene to unlock a vehicle door by means of a slim Jim or other similar device when no tow is required. The Vendor agrees to charge a flat fixed fee specified below to unlock vehicles when no tow is required: The Flat Fixed Fee to Unlock Vehicle Doors is $ 50, If the Vendor is unable to unlock the vehicle door(s), no charge for this service is to be incurred by either the city or the vehicle owner or his designee. The Vendor agrees to charge a fixed flat Fee specified below to weatherproof a Ahicle when advised to do so by the owner and/ or the Ocoee Police department of $ / S'" The Vendor agrees to charge a flat fixed Fee to Immobilize (Booting) a vehicle of $10 0r The vendor agrees to charge only the actual cost incurred for Hazardous waste removal. Documentation will be provided upon request. RFP11 -002 Wrecker Services 44 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 40 WINCH RECOVERY (Vehicle not towed and all times are for actually on scene) CATEGORY ONE - LIGHT Class A for first 30 minutes. $ o ' GAO 0 E ach additional 30 minutes $ V Class B for the first 30 minutes $ �Q i Each additional 30 minutes $ 2 00 00 0 ,'� CATEGORY TWO - HEAVY Class C for the first 30 minutes $ 50 v n Eac additional 30 minutes $ 2 � Class D for the first 30 minutes $ Each additional 30 minutes $ /DD OG t (Remainder of page left blank intentionally.) 45 RFP11 -002 Wrecker Services 08/15/2011 08: 43 3523941611 CAR STORE TOWING PAGE 41 AT THE REQUEST OF CITY PERSONNEL / CITY OWNED VEHICLES (Estimated 85 tows annually) The maximum rates to be charged the City for towing, road service or storage services for any vehicle or trailer which is owned, operated, or leased by the City (except leased vehicles or trailers where the leaser is responsible for the required towing) from its point of disability (whether same be within the City or in an outlying area within Orange or Seminole or Lake County. usual and customary to the particular usage of the vehicle by the City) to any point within the City, as may be directed. CATEGORY ONE - LIGHT Class A Standard Tow - Towing Passenger Cars, Trailers, Trucks, and Special Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters, up to 10 miles: Rate $ l" per tow, per vehicle or trailer. Each additional mile over 10 miles is $ i per mile, per tow, per vehicle or trailer. Class B: Standard Tow - Towing Trucks, Trailers and Special Service Vehicles, over 10,001 pounds GVIN up to 19,500 pounds GVIN, up to 10 miles: Rate $ SUE per tow, per vehicle or trailer, Each additional mile over 10 miles is $ per mile, per tow, per vehicle or trailer. CATEGORY TWO - HEAVY Class C: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles, over 19,500 pounds GVIN up to 25,000 pounds GVW, up to 10 miles: Rate $ �J t per tow, per vehicle or trailer. Each additional mile over 10 miles is $ per mile, per tow, per vehicle or trailer. RFP11 -002 Wrecker Services 46 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 42 Class D: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles, over25,000 pounds GVW, up to 10 miles: Rate $ /00 per tow, per vehicle or trailer. Each additional mile over 10 miles is $ per mile, per tow, per vehicle or trailer. THE CITY -WILL NOT ACCEPT ADDITIONAL CHARGES FOR ANY TOWING SERVICES PROVIDED. STORAGE RATE The daily rate for storing a vehicle is based on a twenty-four (24) hour day. The first six (6) hours of each storage shall be free (i.e., from time of arrival at the storage facility through the sixth hour thereafter), Subsequently, and for each twenty -four (24) hour or portion thereof, a storage fee may be assessed in accordance with the bid. The maximum rates the Vendor is to charge a vehicle or trailer owned by the City of Ocoee for storage is: 1. General S orage rate for a City of Ocoee vehicle per space on a twenty -four (24) hour basis is:$ ROAD SERVICES The Vendor is allowed to charge a fixed flat rate for road Services as specified below: 00 Battery Boost $ C Tire Changing $ S v i (Remainder of page left blank intentionally.) RFP11 -002 Wrecker Services 47 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 43 EXHIBIT "C" OCOEE'S TOWING FEES TOWING FEES FOR NON CONSENT TOWS (I,P. TOWING) CATEGORIES AND MAXIMUM FEES FOR RECOVERY, TOWING, REMOVINGS, STORING OR IMMOBILIZATION OF VEHICLES ON PRIVATE PROPERTY Regulation Established The fees established below are the maximum dollar amounts that business enterprises are authorized to charge as fees to vehicle owners for recovering, towing, removing, or storing vehicles, which are taken into possession of business enterprises, or for the immobilization of vehicles. The definitions in the Towing and Immobilization Company Regulating Ordinance shall be applicable to this regulation. I. Categories and Fee Maximum fees for towing, removing, or storing vehicles with a gross vehicle weight rating of less than 10,000 Ibs. without regard to the classification of the towing vehicle, removed from other than private property, including tows directly by law enforcement or other municipal agencies, 1. Class A: Towed vehicle gross vehicle rating Tess than 10,000 Ibs. (a) Towing: $120.00. (b) Time on scene after 30 minutes- $15.00 per quarter hour. (c) Storage per day $ 20.00. (d) Administration Fee (after 48 hours) $ 50.00. (e) Mileage over 10 miles $3.00 per full mile. 2. Class B: Vehicle in tow has a gross vehicle weight rating of 10,000 lbs. but Tess than 19,500 Ibs. (a) Towing $220.00, (b) Storage, per day $ 30,00. (c) Time on scene after 30 minutes $50,00 per quarter hour. (d) Administration Fee (after 48 hours) $ 50.00. (e) Mileage after 10 miles- $4.00 per full mile. 3. Class C: Vehicle in tow has a -gross vehicle weight rating of 19,500 Ibs. but less than 25,000 lbs. RFP11 -002 Wrecker Services 48 08/15/2011 06:43 3523941611 CAR STORE TOWING PAGE 44 (a) Towing $330.00. (b) Storage, per day $ 60.00. (c) Time on scene after first 30 minutes - $75.00 per quarter hour. (d) Administration Fee (after 48 hours) $ 50.00. (e) Mileage after first 10 miles $5.00 per full mile. 4. Class D: Vehicle in tow has a gross vehicle weight rating greater than 25,000 Ibs, (a) Towing $440.00. (b) Storage, per day $ 60.00, (c) Time on scene after 30 minutes - $100.00 per quarter hour. (d) Administration Fee (after 48 hours) $ 60.00. (e) Mileage after 10 miles- $6.00 per full mile. ALL ACTUAL COST INCURRED IN OBTAINING OWERSHIP INFORMATION AND PROVIDING NOTICE. "Applicable only when company providing service must actually perform research to determine ownership of and notification to vehicle owner, lien holders or insurance companies. Written documentation of the effort to ascertain ownership of the vehicle must be in the form of a TAVIS report or similar documentation and be made available for inspection by the City upon request. Costs shall mean actual fees charged by the State of Florida for obtaining ownership information and shall include the cost of actual postage fees, advertising fees (if more than a single vehicle is advertised in the same advertisement the cost of the advertisement shall be prorated per vehicle), and title search for out-of-state vehicles. Proof of all costs incurred by company must be made available for inspection by the City upon request. Winch Recovery (Vehicle not towed and all times are for time actually on the scene). (1) Class "A" Vehicle: A. First 30 minutes $100.00. B, Each additional 30 minutes $50.00. (2) Class "B" Vehicle: A. First 30 minutes per truck $175.00. B, Each additional 30minutes$87.50. RFP11 -002 Wrecker Services 49 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 45 (3) Class "C" Vehicle: A. First 30 minutes per truck $300,00. B. Each additional 30minutes$150.00. (4) Class "D" Vehicle: A. First 30 minutes per truck $400.00. B. Each additional 30minutes$200,00. Immobilization (Booting). Twenty-Five Dollars ($25,00) per vehicle is hereby fixed as the maximum fee for each immobilization (booting) for any vehicle. It, Recovery Pursuant to Section 715,07(2) (a), 3. Florida Statutes, the vehicle shall be disconnected from the towing apparatus upon the payment of not more than one -half of the rate for towing service. For all classifications of vehicle recovery, where the vehicle is released at the scene, the maximum fee for the category of recovery shall be one -hall of the applicable towing rates established by the vehicle's maximum gross vehicle weight rate under Item # 1, Categories and Fees. The category of recovery is hereby established and defined as follows: to take possession of a vehicle and its contents and to exercise control and supervision over the vehicle, This category is established to provide for those occasions where the vehicle owner arrives at the towing scene before towing and removal, or in the case of a non - consensual tow, where the recovery is directed by law or municipal enforcement. • III. Storage Pursuant to Section 713.78 (2), Florida Statues, no storage fee shall be charged if the vehicle removed is stored for less than six (6) hours, Vehicle storage begins at the time the vehicle arrives at the storage facility and charges are based on each day which shall mean each consecutive twenty -four hour period from the time of arrival. The category of Storage for Vehicles removed at the request of an authorized agent, property owner or law enforcement officer, derived from the Ordinance definition of "store ", is hereby established and defined as follows; To place and to leave a vehicle towed at the direction of an agent authorized to make the direction to a site where the towing company, or a person on the initiation of the towing company, exercises control and supervision over the vehicle, IV. Exclusive Fees The amount of fees and the fee categories established by this Part shall be exclusive fees. In other words, there shall be no other fees or categories of service that business enterprises, may demand and collect from vehicle owners. V. Towing Rates The rates herein are based upon rates charge by Orange County. Shall Orange County rates be amended; the City Of Ocoee reserves the right to also amend rates herein. RFP11 -002 Wrecker Services 50 08/15/2011 08:43 3523941611 CAR STORE TOWING PAGE 46 VI. Personal Property An owner of a vehicle shall be allowed to remove personal unattached property from their vehicle on a "one time" only basis at no additional charge. An additional charge of twenty dollars ($20.00) may be assessed for each subsequent request to remove personal unattached property. No other charges may be imposed. (Remainder of page left blank intentionally,) RFP11 -002 Wrecker Services 51 RFP #11 -002 COMPANY INFORMATION & SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/ FEE RATES PROPOSAL FORM" A.RE ACCURATE AND WITHOUT COLLUSION. tir S1, f r� v COMPANY NA E ✓ TELEPHONE (II`ICLUDE AREA CODE) L l07"-COSZ0 - V - 3 FAX (INCLUDE AREA / C / ODE ) 9 a Yr� l ALE v e.) CZ d /1 1 Lrt E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUT %rIZED SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS, 641: Th eativ / PLEASE INDICATE BELOW: N AMEn'ITL. (PL PRINT) _ STREET ADDRESS — — — — -- CITY STATE Zi[' FEDERAL 10 # r" f3 , 2 3 _1ndividuai; j( Corporation; _. Part,lcrshin; Other (Specify) Sworn to and subsciibcd before me this JJ day of __Z ia • — 20 1/ . Personally Known or ProdbceclIdentification (/ ri• &da ... _ Notary Public - Slate of County of Cr (Typc of Identification) N. MOICEY '1141. • Nob Public E Stale � Plor1Y My Com. EzpWss Apr 12, 2010 c. - Cam • EE i00N • •1 • aMbl • IN NMS rinted, typed or stamped mmissioned name of Notary Pubic RFP11 -002 Wrecker Services 52 ��1 OP ID: GS A � ° °' CERTIFICATE OF LIABILITY INSURANCE °A 09(112111 2/11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 813 - 247 -2100 CONTACT NAME: TNT Insurance Agency P HONE FAX 4951 -B Adamo #216 813- 247 -2112 . c o E. (A/C, No): Tampa, FL 33605 E -MAIL Brenda L. Shirley ADDRESS: PRODUCER THEC010 CUSTOMER ID #: INSURER(S) AFFORDING COVERAGE NAIC # INSURED The Car Store of West Orange, INSURER A : Westfield Insurance Company 24112 Inc PO Box 121638 INSURER B Clermont, FL 34712 INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAiN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1 LTR TYPE OF INSURANCE NS P INRR I"'—p" -I POLICY EFF POLICY EXP LIMITS I WVn , POLICY NUMBER (MMIDDIYYYY) (MMIDDIYYYYL, GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 A X COMMERCIAL GENERAL LIABILITY • ;CSP5081569 12/23/10 12/23/11 DAMAGE PREMISES occurrence) $ 100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 2,000,000 _ GENERAL AGGREGATE $ 4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: , PRODUCTS - COMP /OP AGG $ 4,000,000 X POLICY JE LOC i I $ AUTOMOBILE LIABILITY I I COMBINED SINGLE LIMIT $ 1,000 000 -- • (Ea accident) • ANY AUTO ' BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ A X SCHEDULED AUTOS lCSP5081569 12/23/10 12/23/11 PROPERTY DAMAGE A X HIRED AUTOS ;CSP5081569 12/23/10 12/23/11 1 (Per accident) $ A X NON -OWNED AUTOS 1 CSP5081569 12/23/10 12/23/11 $ A X PIP 10,000 CSP5081569 i 12/23/10 12/23/11 $ UMBRELLA LIAB OCCUR , EACH OCCURRENCE $ _ EXCESS LIAB CLAIMS -MADE • AGGREGATE $ DEDUCTIBLE $ RETENTION $ I I i l $ WORKERS COMPENSATION 1 1 WC STATU- OTH- AND EMPLOYERS' LIABILITY Y / N _ TORY LIMITS ER ANY PROPRIETOR /PARTNER /EXECUTIVE ' I E.L. EACH ACCIDENT $ N / A OFFICER /MEMBER EXCLUDED? i (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under 1 • DESCRIPTION OF OPERATIONS below 1 i i 1 E.L. DISEASE - POLICY LIMIT $ A Garage Keepers ',CSP5081569 ! 12/23/10 I 12/23/11 500/2500 150,000 A 1 0n-Hook CSP5081569 I 12/23/10 12/23/11 1,000 DED 150,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Location: 1) Vickers St Minneloa, FL 33715 2.)12811 W. Colonial Dr Winter Garden, FL 34787 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Ocoee THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 150 N. Lakeshore Dr ACCORDANCE WITH THE POLICY PROVISIONS. Ocoee„ FL 34761 AUTHORIZED REPRESENTATIVE I r © 1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD 4 r6 day blame, o• Weskovait>a ta ml w k Coles 1014-41, GT A•f r� s v 4 - "REF - P N ., U3cLe oreck..764) s i3, aou www.sunbiz.org - Department of State Page 1 of 2 4, t , : - : t FLORIDA DEPARTMENT OF STAT DIVISION OF CORPORATIONS k hz �µ Home Contact Us E- Filing Services Document Searches Forms Help Previous on List Next on List Return To List No Events No Name History Detail by FEI /EIN Number Florida Profit Corporation THE CAR STORE OF WEST ORANGE, INC. Filing Information Document Number 377778 FEI /EIN Number 591323083 Date Filed 02/24/1971 State FL Status ACTIVE Principal Address 12811 W. COLONIAL DR WINTER GARDEN FL 34787 US Changed 08/10/1995 Mailing Address 12811 WEST COLONIAL DRIVE WINTER GARDEN FL 34787 -4101 US Changed 07/20/1994 Registered Agent Name & Address FOOTE, ROGER A 709 W OAK RIDGE RD ORLANDO FL 32809 Name Changed: 03/02/1999 Address Changed: 03/02/1999 Officer /Director Detail Name & Address Title PD PAQUETTE, GARRETT 12811 W COLONIAL DR WINTER GARDEN FL 34787 Title ST PAQUETTE, SHARON 12811 W COLONIAL DR WINTER GARDEN FL Title V PAQUETTE, TODD 12811 W COLONIAL DR http: / /www. sunbiz.org/ scripts /cordet.exe? action = DETFIL &inq_doc_number = 377778 &inq... 9/14/2011 www.sunbiz.org - Department of State Page 2 of 2 WINTER GARDEN FL Annual Reports Report Year Filed Date 2008 02/20/2008 2009 01/24/2009 2010 04/29/2010 Document Images 04/29/2010 -- ANNUAL REPORT View image in PDF format 01/24/2009 -- ANNUAL REPORT View image in PDF format 02/20/2008 -- ANNUAL REPORT View image in PDF format 01/06/2007 -- ANNUAL REPORT View image in PDF format 02/21/2006 -- ANNUAL REPORT View image in PDF format 01/24/2005 -- ANNUAL REPORT View image in PDF format 01/27/2004 -- ANNUAL REPORT View image in PDF format 01/21/2003 -- ANNUAL REPORT View image in PDF format 03/26/2002 -- ANNUAL REPORT View image in PDF format 01/23/2001 -- ANNUAL REPORT View image in PDF format 03/21/2000 -- ANNUAL REPORT View image in PDF format 03/02/1999 -- ANNUAL REPORT View image in PDF format 01/28/1998 -- ANNUAL REPORT View image in PDF format 03/18/1997 -- ANNUAL REPORT View image in PDF format 05/01/1996 -- ANNUAL REPORT View image in PDF format 08/10/1995 -- ANNUAL REPORT View image in PDF format Note: This is not official record. See documents if question or conflict. Previous on List Next on List Return To List No Events No Name History 1 Horne 1 Contact us 1 Document Searches 1 E- Filinq Services 1 Forms 1 Help Copyright(e) and Privacy Policies State of Horida, Department of State http : / /www. sunbiz. org/ scripts /cordet. exe? action = DETFIL &inq_do c_number =3 7777 8 &inq... 9/14/2011 13I/13 fillECXYMTh RECEIPT ' . FOR: B I /RFP 1 ; Q# \ k -- 002- BIDDER; CA- a_ *.--r DATE: 6 1 ACCOUNT #XXX-36-0000 CITY OF OCOEE 09/13/11 317 PM nrossi AMOUNT $ ( / 0 - 0 11-802/CAR STORE RECEIPT NO:FOU257590 AMOUNT MISC. REVENUE CODE #500 FMSD 11-002/CAR STORE 1,880.08 508 PAYMENT RECEIVED AMOUNT CK 2139768351 1,000.00 TOTAL 1,880.88 This check has a blue background on white paper and some of the security features on this document include: a Watermark. MicroPrint signature line, and a holographic foil stamp; absence of these features will indicate a copy. ) ,. ' A LJ.i 1" - t - 1 I L I * 1 L.,d 1 ' LJ- L--- , 64-79/611 0 SUNTRUST ' i Official Check 2139768351 ) Fraud Protected by Positive Pay 154765 2154681 THE CAR STORE OF Purchaser Date Initials (type) Center WEST ORANGE Sep. 13,2011 PAY , ***ICS $ 000 Ch0**** . , $ **1,000•00** A t E ***CITY OF OCOEE*** —I SunTrust Banks, Inc. by its Authorized Agent el P To the , SunTrust B Order r cf L c 1 / / / 4 0 F RFP Payable at Sun or: 1 Trust Bank Authorized Signature rim II' 2 L 39 768 3 5 /II 1:06 L LOO 7901: 70 /90 L999611 \ i ) The Car Store of West Orange, Inc. DBA._ Car Store 24 HR. WRECKER SERVICE 2811 WEST COLONIAL DR. 011) F • WINTER GARDEN, FL 34787 • (407) 656-2624 DAY OR NIGHT 1 ." . CASE NUMBER: 'SOURCE: .4 • . 4 i 2cm aDv-io 1 l 1 P .4 ) 0 1 . ' RELEASE NUMBEP: , DRIVER . ld 4 i I TR #, f 1 ZO I 1 1 PO# , PHONE 1 DATE ,. 1 95 - JU O - cf , . 2 1 NAME . 4, . . i \ • ' . k r-% 7 1 ' I „iC,CW\SCr\ ., . ! ADDRESS c i ; ! 3 i • Y E A il. R . s 1_6, f ,< E i l NDEL ca , u (—Or Lickmr ▪ V1N flti % • LAT( - 1 , 9 , (. 3 5 7 VV X S \--N ' 1 ,-- 1 , LEAG: START/FINISH 1 TOWING CHARGE . i TIME ON SCENE MILEAGE CHARGE .. TIME LEFT SCENE: DOLLIES CHARGE i TO ED FROM EXTRA TIME AGNAL -1 0 ., Vki , G ,1 WED T-s, i STORAGE ' ''''1. 1 c / I 1 ,,---, 120 1 , 00X g . • . ' EMARKS 1, ADMI . FEE 1 17 3 .5 DR 1 ERS LICENSE NUMBER: STATE: z: I Z 9 5 L i° 5 C I 4 S S 0 e 10- ( 4C- 12 .:1 Pc i Ata f e,, P 1 2SalCO-- RECEIVED P -RSONAL BELONGING - X.71 1 I -ilk II ./ 7 PERMISSIO SUB - --2- 1 - = _ f‘ U ,.. I N F0 THE INSURANCE COMPANY 1 S ItTS31.1 (LA, It TO FIX OR P SE OF VEHICLE 1 A - . 9 , OR / ! N ' if _ ( - r r ill c'' ________4L___ i il.le t---' \ 1 9 14? . - - 1 ,,-IDTALtk:s . \,‘ NAL ;DA ir - ORLAN • , 'IAD ■ A (: ' PROFESSIO '.) ---1 , . TOWING AND STORAGE a NOTICE OF CLAIM OF LIEN AND PROPOSED SALE OF VEHICLE. MOBILE HOME OR VESSEL. TOWING OPERATOR: DATE 6/29/2009 °�- The Car Store of West Orange 12811 W Colonial Dr OTHER PARTIES WITH INTEREST IN VEHICLE, MOBILE HOME OR VESSEL LIENHOLDER 1: WORLD OMNI FINANCIAL CORP Winter Garden, FL 34787 -4119 P.O. BOX 9249 MOBILE, AL 36691 -0000 407- 656 -2624 INSURANCE COMPANY: ALLSTATE PROPERTY & CASUALTY INS CO 3075 SANDERS RD STE H1A NORTHBROOK. IL 60062 -7119 VEHICLE OWNER 1: MANU TILLACK 13832 GLYNSHEL DR WINTER GARDEN, FL 34787 -5002 • YEAR 2009 MAKE TOYT VIN 4T(BK46K19U585613 12811 W COLONIAL DR WINTER GARDEN, FL 34787 LOCATION OF TOWED VEHICLE, MOBILE HOME OR VESSEL. EACH OF YOU ARE HEREBY NOTIFIED THAT THE ABOVE DESCRIBED VEHICLE, MOBILE HOME OR VESSEL WAS " TOWED AT THE REQUEST OF OCOEE POLICE DEPARTMENT (PERSON WHO AUTHORIZED TOW) ON 6/25/2009 AND THE ABOVE NAMED TOWING COMPANY OR TRANSPORT COMPANY IS IN POSSESSION OF AND CLAIMS A LIEN ON (DATE) THE ABOVE DESCRIBED.MOTOR VEHICLE FOR TOWING AND STORAGE CHARGES .ACCUMULATED IN THE AMOUNT OF : $536.85 (TOTAL) ITEMIZED CHARGES: (TOWING CHARGES) $125.00 (TOTAL STORAGE CHARGES) $100.00 FOR 5 DAYS, AT $20.00 PER DAY RECOVERY CHARGES $0.00 , (ADMINISTRATIVE FEES) $61.85 AND (OTHER) $250.00 FOR AUCTION FEE HE APPLICABLE) - THE STORAGE CHARGES WILL CONTINUE '[0 ACCUMULATE AT THE RATE. 01: 520.00 PER DAY. THE LIEN CLAIMED BY THE ABOVE NAMED TOWING COMPANY Olt TRANSPORT COMPANY IS SUBJECT TO ENFORCEMENT PURSUANT TO S. 713.78 OR 713.785, F.S., AND UNLESS SAID VEHICLE, MOBILE HOME OR VESSEL 15 REDEEMED FROM SAID TOWING COMPANY OR TRANSPORT COMPANY 13Y PAYMENT AS ALLOWED BY LAW, THE ABOVE DESCRIBED VEHICLE, MOBILE HOME OR VESSEL MAY BE SOLD TO SATISFY THE LIEN. IF THE VEI IICLE, MOBILE HOME OR VESSEL IS NOT REDEEMED AND THAT VEHICLE, MOBILE HOME Olt VESSEL REMAINS UNCLAIMED. OR MR \VHICI I THE CHARGES FOR RECOVERY. TOWING, OR STORAGE SERVICES REMAIN UNPAID, MAY BE SOLD FREE OF ALL PRIOR LIENS AFTER 35 DAYS IF 711E VEHICLE OR VESSEL. IS MORE THAN 3 YEARS OF AGE AND AFTER 50 DAYS IF THE VEHICLE OR VESSEL IS 3 YEARS OF AGE OR LESS. THE MOBILE HOME MAY BE SOLD AFTER 35 DAYS. THE OWNER, LIENHOLDER, OR INSURANCE COMPANY, IF ANY, HAS THE RIGHT TO A HEARING AS SET FORTH IN SUBSECTION (51. THE ABOVE DESIGNATED TOWING COMPANY OR TRANSPORT COMPANY PROPOSES TO SELL THE VEFIICLE, MOBILE I - TOME OR VESSEL AS FOLLOWS: PUBLIC AUCTION TO BE HELD AT 12811 W COLONIAL DR WINTER GARDEN, FL 34787 COMMENCING AT 7:00:00 AM ON THE 28th DAY OF August 2009 STATEMENT OF OWNERS RIGIrI S NOTICE THAT THE OWNER, LIENIIOLDER OR INSURANCE COMPANY WITHIN 10 DAYS AFTER THE TIME'FHEY ITAVE KNOWLEDGE OF THE LOCATION OF THE VEHICLE, MOBILE HOME Olt VESSEL, MAY FILE A COMPLAINT IN THE COUNTY COURTIN WHICH THE VEHICLE. MOBILE HOME 012 VESSEL IS STORED OR IN WHICH THE OWNER RESIDES TO DETERMINE IF THEIR PROPERTY WAS WRONGFULLY TAKEN OR WITI (1.11 /LD FROM THEM. NOTICE THAT UPON FILING A COMPLAINT, AN OWNER, LIENHOLDER, 012 INSURANCE COMPANY MAY HAVE THEIR VEHICLE, MOBILE HOME OR VESSEL RELEASED UPON POSTING WITH THE COURT A CASH OR SURETY BOND OR OTHER ADEQUATE SECL:RITY EQUAL TO THE AMOUNT OF THE CHARGES FOR TOWING AND STORAGE TO ENSURE THE PAYMENT OF SUCH CHARGES IN THE EVENT F-EY DO NUT PREVAIL. NOTICE THAT ANY PROCEEDS FROM THE SALE OF TILE VEHICLE, MOBILE HOME Olt VESSEL REMAINING AFTER PAYMENT OF THE AMOUNT CLAIMED TO BE DUE AND OWING TO THE TOWING COMPANY 012 TRANSPORT COMPANY WILL BE DEPOSITED W ITI I THE CLERK OF THE CIRCUIT COURT FOR DISPOSITION UPON COURT ORDER PURSUANT TO SUBSECTION (5) OF S. 713.78, F.S., (FOR A VEHICLE 012 VESSEL) OR 713.7S5,F.S., (FOR A MOBILE (TOME). NOTE: THE 35 OR 50 DAY TIME FRAME THAT THE VEHICLE, MOBILE HOME Olt VESSEL MUST BE HELD SIIOULD NOT INCLUDE THE DAY OF TOWING AND STORAGE, OR THE DATE OF THE SALE. WHEN A SEPARATE NOTICE IS SENT 15 DAYS PRIOR TO THE SALE DATE, THE DATE THE NOTICE WAS MAILED OR THE DATE OF SALE SHOULD NOT BE INCLUDED IN THE 15 DAYS. THE NEWSPAPER AD MUST BE PLACED 11) DAYS PRIOR TO THE SCHEDULED DATE OF SALE, BUT THE 10 DAYS SHOULD NOT INCLUDE THE DATE THE NOTICE WAS PLACED IN 'FILE NEWSPAPER OR THE DATE OF THE SALE. DATED THIS 291h DAY OF June 2009 TOWING COMPANY OR TRANSPORT COMPANY ZACHARIAH PEREZ (AUTHORIZED AGENT) 119142 TL -26 (ADD 123.COM — 05/25/2005 — DPO) CAR STORE 24 HR. WRECKER SERVICE 12811 WEST COLONIAL DRIVE WINTER GARDEN, FL 34787 (407)656 -2624 DAY OR NIGHT INV NO: 119142 CASE NO 2009 - 021401 SOURCE: OCPD PO. DATE: 25- Jun -09 OWNER: MANU TILLACK LIEN HOLDER: WORLD OMNI FINANCIAL CORP OADDR: 13832 GLYNSHEL DR LADDR: PO BOX 9249 OC /S /Z: WINTER GARDEN, FL 34787 -5002 LC /S /Z: MOBILE, AL 36691 LOCATION: MAGUIRE AND OWG .. TOWED TO: CAR STORE YEAR: 09 MAKE: TOYOTA MOD: CAMRY COLOR: WHITE TAG: 537WX VIN: 4TIBK46K19U585613 ST: FL WRECKER DRIVER TODD TRUCK NUMBER: 44 KEYS: Y TOWING CHG: $125.00 FINISH: START: MILES: RATE: 50.00 MILEAGE CHG: FINISH: START: HOURS: RATE: S0.00 HOURLY CHG: INSIDE STORAGE RATE: $0.00 EXTRA HOOK -UPS: $0.00 DAYS STORED INSIDE_: 0 EXTRA TIME: $0.00 OUTSIDE STORAGE RATE $20.00 DAYS STORED OUTSIDE: 8 STORAGE: $160.00 RELEASED TO: JOHNSONS WRECKER SERVICE REGISTRATION CHECK: $45.00 TYPE OF ID: DL & REG - - TITLE AND LIEN LETTERS: $18.35 NUMBER: T420 540 59 455 0 STATE: FL PREPARATION/ COMPUSERVE INSURANCE COMP: DOLLIES CHG: CLAIM NUMBER: PH: RECEIVED PERSONAL BELONGINGS • $0.00 $0.00 I GIVE PERMISSION FOR THE INSURANCE COMPANY TO FIX OR DISPOSE OF VEHICLE TAX: $0.00 TOTAL. $348.35 CALL ORIGINATED FROM -- PAID IN FULL: Y RELEASE NO: BALANCE DUE: $0.00 PAID BY CASH N CHECK: Y CREDIT CARD: N CHECK NO: 0 AMT PAID: S348.35 DATE CHK: 03- Jul -09 0 50.00 TOW TOT: $188.35 DISPOSAL DATE: 28- Jun -09 OWNER LTR: Y LIENHOLDER LTR Y LANDLORD: OCOEE PD LTR DATE: 29- Jun -09 RESP DATE: SETTLEMENT REACHE N TITLE RECEIVED N CERTIFICATE OF DESTRUCTION: N VEHICLE SALVAGED: N CERT OF DEST/TITLE NO DATE: Car Store of West Orange, Inc. 1281 1 W. Colonial Dr Winter Garden. FL 34787 Office 407 - 656 -2624 Fax 407 -656 -4832 Month of: OCTOBER 2011 TYPE NUMBER n Tows 118 OCSO � Number of additional services 1 ov e required . . rollers q (� — - ) - - - -.. __�. - - - - -- - _.------------- -- Number of vehicles sold for 1 salvage (junk) Number of vehicles sold with title 0 Number of responses that took longer than 30 minutes 0 0 co m-4 co v °v O-4 rn rn m co c° a co o co o m O W O CS) A W N N O -+ A 43' W -+ 0 V 0 Co A z CO 0) O O A O CO V O C/1 N (n CO O --� p CO 0) CO V O O 0) W Ul V IV 0) W CO N U) N NJ N N Ni Ni Ni NJ Ni Ni Ni Ni N Ni N Ni N Ni N N N CO CO (D (O CO CO O (0 CO CO O (0 t0 (D [D CO (D (0 O CO (D O W W W W W W W W W W W W W NJ Ni Ni N N O 0) W 0) A (D CO V 01 0 W V 0) N 0) O CO N- A (J VV O 0) - D En • 3 co O O -< -< -< -< '< N N O O o < m (p { O N N O N { { (, •.r a o u r* 00 f• 00 ` 1 M p f O p N "I • ti n �,] • — (9 0 ' 7 0 C o O ni co F) m T O N ( 5 i7 a O O O) A --, O N cn V ( j A 0 0 Ut O U1 O O O N O -p 2 0 p g p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 (0 ocf) O C O ✓ 0 CD 0 0) N—- 0 N CO A O N N— a to m CD Car Store of West Orange. Inc. WRECKER INVOICE 12811 W. Colonial Dr Winter Garden , FL 34787 Date Invoice # Ofc# 407 - 656 -2624 _ - Fax# 407 - 656 -4832 - - 8/20/201 1 128833 Bill To CITY OF OCOEE 301 MAGUIRE RI) [XI' OCOEE, FL 34761 P.O. No. Driver TIM Item Description Towed From Towed To Qt■ Rate Amount LI n... 2004 CI -1f:VY IMPALA BORDERS \\ [S1 OCOEE FI.[[1 65.00 65.00 2G1 WF55K449389391 OAKES .. \I: \I.I. Subtotal $65.00 Sales Tax (6.5 %) Woo Total $65.00 Payments /Credits $ -65.00 Balance Due $o.00 Car Store of West Orange, Inc. WRECKER INVOICE 12811 W. Colonial Dr Winter Garden , FL 34787 Date Invoice # Ofc# 407 - 656 -2624 Fax# 407 - 656 -4832 - tali 1 /201 1 129198 :::;. itiftl A V. - I ; FI4:144 4Ot Bill To CITY OF OCOEE 301 MAGUIRE RD EXT OCOEE, FL 34761 P.O. No. Driver OV Item Description Towed From Towed To Qty Rate Amount WSIID 2007 MACK GARBAGE TRUCK 628 CARDINAL. DR CITY BARN 200.00 200.00 1 MA2C07C7C77M01321 1 UNIT # 747 Subtotal $200.00 Sales Tax (6.5 %) $0.00 Total $200.00 • Payments/Credits $- 200.00 Balance Due $0.00 0 CITY OF OCOEE RFP ##11 -002 CITY WIDE WRECKER • AND TOWING SERVICES • • N b ��wawvw.nNavuitu.u.f..ih` 407 855 mtmfftmToR • r. ; ,' C ~ s. R er s m t , w f a# t5Y ri a v t sa r [ Prep for City of Ocoee Ace Wrecker Service RSC CORP /DBA { 1 1 Bay Ba Street, Ocoee FL 34761 407- 654 -6400 acewreckerl@aol.com Tab /e of Contents Section 1 — Company Information ❑ Firm's history: include location and number of years in business, etc. ❑ List location of principal compound, hours of operation, and condition of facilities. ❑ List of all firms' supervisory employees, their qualifications, and their role for this contract. ❑ Firm and employee certifications and registrations with regulatory agencies, professional organizations, etc. ❑ Firm's sub - contractors, their qualifications, and their role in providing services. ❑ List and quantity of firm's (and firm's sub - contractors' if applicable) equipment to be used for this contract. Section 2 — Company Experience /References /Qualifications ❑ List of firm's other current or recently completed similar services within the past three (3) years with other public or private agencies. ❑ List of at least three (3) client references to include organization name, contact person, telephone number (s), and e-mail address. ❑ Litigation Summary. Section 3 — Proposal ❑ Proposed Service Rates, use Exhibit B Proposal Form. ❑ Proposed Implementation Plan/Technical Approach. ❑ Record Keeping and Billing Procedures. Section 4 — All Forms Included in the RFP ❑ Company Information /Signature Sheet ❑ Other forms listed on Table of Contents to be submitted with your proposal. ❑ Bid Security. 1 Section 1- Company Information ❑ Firm's history: include location and number of years in business, etc. RSC Corporation d /b /a Ace Wrecker Service (hereinafter "Ace Wrecker Service ") was established in 1970. Ace Wrecker has grown to become one of Central Florida's largest towing firms as well as Orlando's largest provider of commercial and fleet towing services. From auto and truck dealerships to commercial fleets, we specialize in offering prompt professional service. Every day, Ace Wrecker's proven experience and overall capabilities as a roadside emergency service goes to work. As an approved rotation towing and recovery service for Orange County Sheriffs Office, Florida Highway Patrol, Brevard County Sheriffs Office and Palm Bay Police Department, Ace Wrecker has maintained a long standing relationship with local government. Locally, Ace Wrecker is one of the few approved towing and recovery services for the city of Ocoee. With Ocoee's current population of 36,000 and the upcoming population increases, roadside emergency service is instrumental to maintaining traffic flow. Ace Wrecker can be a strategic asset for the City of Ocoee emergency response plan. Ace Wrecker is uniquely positioned to meet the City of Ocoee's current and future needs by providing quick and experienced response, without sacrificing quality of service. ❑ List location of principal compound, hours of operation, and condition of facilities. Ace Wrecker is located in the heart of Ocoee. Business Location Ace Wrecker Service 101 Bay Street Ocoee, FL 34761 407 - 654 -6400 Ace Wrecker has five (5) acres of fenced in property. The facility is clean, and well maintained Inside storage facility and enclosed office space all within Ocoee City Limits. Ace Wrecker has secure police impound area for vehicles of any size. 2 Equipment: Ace Wrecker has a fleet of clean, well maintained, and clearly marked vehicles including: Class A, Class B, Class C and Class D wreckers also a low -boy tractor and trailer to respond as well a front end loader and cleanup support equipment; recovery airbag system, with a quick response trailer unit and more available to assist in any situation. Ace Wrecker has key resources to handle Hazmat incidents. Experience: Ace Wrecker has proven, experienced, well trained, and certified operators to get any size job done safely, quickly and professionally. Ace Wrecker personnel have a combined 90 years experience. ❑ List of all firm's supervisory employees, their qualifications, and their role for this contract. Ace Wrecker is a full service towing company. Being a certified "rotation" response service for multiple local police agencies, we have adequate facilities to accommodate the City Of Ocoee's needs. Ace Wrecker's staff is certified in their fields and has been with the company for years. Specific personnel to be committed for this project Robert Faulk Sole Shareholder /President of RSC Corporation d /b /a Ace Wrecker Service over 40 years experience 5601 S Orange Blossom Trail Orlando FL 32824 acewrecker1@aol.com 407 - 855 -6631 Scott Zagray- General Manager in charge of Driver training & safety 32 Years Experience MOT Certification PWOF Certification Hazmat Certified/ Wreck Master Certified 5601 S Orange Blossom Trail Orlando, FL 32824 407 - 855 -6631 acewreckerl (caol.com 3 John Clark- Driver supervisor /Coordinator 15 Years experience Wreck Master Certified /TWIC card MOT Certification PWOF Certified 5601 S Orange Blossom Trail Orlando, FL 32824 407 - 855 -6631 acewreckerl (a�aol.com ❑ Firm and employee certifications and registrations with regulatory agencies, professional organizations, etc. Experience: Ace Wrecker has proven, experienced, well trained, and certified operators (including the specific personnel listed above) to get any size job done safely, quickly and professionally. Our company is an active member of the Professional Wrecker Operators of Florida (PWOF). Charles Bowman- Driver 11 years experience PWOF Certified 101 Bay Street Ocoee, FL 34761 407 - 654 -6400 Mike Canfield- Driver 12 Years experience PWOF certified TWIC card 101 Bay Street Ocoee, FL 34761 407 - 654 -6400 4 Sammy Alsbaugh- Driver 10 years experience PWOF certified 5601 S Orange Blossom Trail Orlando, FL 32824 407 - 855 -6631 acewreckerl (aol.com ❑ Firm's sub - contractors, their qualifications, and their role in providing services. Ace Wrecker will not utilize the services of subcontractors for this contract. ❑ List and quantity of firm's (and firm's sub - contractors' if applicable) equipment to be used for this contract. Truck 03 Truck 09 Truck 26 Make 2007 Ford Make 2006 Make 2010 International Model 450 International Model Lonestar Mileage 11574 Model 4300 Mileage 48621 Century Wheel lift Mileage 69325 Jerrdan Class C 1 FDXX46P47EB20043 Century Flatbed 2HSCXAPRXAC157006 1 HTMMAAL16H230521 Truck 04 Truck 10 Truck 30 Make 2004 Ford Make 2005 Make 2008 Peterbuilt Model 550 International Model 367 Class C Mileage 83265 Model 4300 Mileage 73269 Dynamic Wheel Mileage 73226 Century 30T Rotator Lift1 FDAF56P34EA87756 Century Flatbed 1 NPTL49X48N755459 1 HTMMAAL55H133496 Truck 08 Truck 42 Model 2008 Freightliner Model 2006 Kenworth Mileage 29653 Mileage 13635 Model Century Flatbed Model Century Class C 1 FVACWDT98HAC8964 INKDLB9X26J112465 5 Ace Wrecker's fleet is neat, clean, and clearly marked on both sides of the vehicle with our name, address, and phone number. All wreckers are equipped with tools and supplies to enable the operator to do their job safely and efficiently. At the city's disposal is our large fleet of wreckers in Orlando including a 75 ton rotator. We also have a complete recovery assist vehicle with airbags and sufficient equipment to negotiate any recoveries or traffic incidents that may arise. We have a skid steer in our fleet to assist with road clean -up. Section 2 — Company Experience /References /Qualifications 0 List of firm's other current or recently completed similar services within the past three (3) years with other public or private agencies. Orange County School Board 6501 Magic Way Orlando, FL 32809 407 - 317 -3700, Barbara Dates August 2008 thru August 2013 Orange County Sheriff's Office 2500 W Colonial Drive Orlando, FL 32808 407 - 836 -4357, Linda Hager Dates September 2003 thru September 2012 Greater Aviation Authority /OIA 1 Airport Blvd Orlando, FL 32827 407 - 825 -2607, Paul Issler Dates 2007 thru 2012 6 ❑ List of at least three (3) client references to include organization name, contact person, telephone number (s), and e-mail address. References — See Attached Letters Edgewood Police Department Pete Marcus Chief of Police 5563 South Orange Avenue Orlando, FL 32809 -3493 (407) 851 -2820 pmarcusAedgewood- fl.gov Belle Isle Police Department John Tegg III Chief of Police 1521 Nela Avenue, Belle Isle FL 32809 407 - 240 -2473 itegq Orange County Fire Rescue Logistics Randy Schweikert PO Box 5879 Winter Park, FL 32793 407 - 836 -9126 randy.schweikert@ocfl.net Client References Jimmy F Sills 1 W McKey Street Ocoee, FL 34761 407 - 656 -3700 sills9570@aol.com Richard Ilgenfritz 1970 SR 436 Winter Park , FL 32792 407 - 488 -0801 RJilgenfritz( asnmail.com Mark Cantell 1034 Marlowe Ave Orlando, FL 32809 407 - 852 -6397 bcm1256 @gmail.com John Hawkins 8503 Hilltop Drive Ooltewah, TN 37363 423 - 413 -1888 ihawkinsAmillerind.com Victor Lee Chapman 18 Wall Street Orlando, FL 32801 407 - 839 -6227 victor(cr�,bcrlaw.net 8 ❑ Litigation Summary Ace Wrecker has not had any litigation, claim(s), bid disputes, or contract dispute(s) filed by or against the Proposer in the past five (5) years that is related to the services that the Proposer provides in the regular course of business. Section 3 — Proposal ❑ Proposed Service Rates, use Exhibit B Proposal Form. EXHIBIT "B" PROPOSAL FORM Service Rates Services are to be provided at no charge to the vehicle or trailer, owner or his designees whenever service was requested in error pursuant to an Ocoee Police Department request. Such charges are to be billed to the Ocoee Police Department at the rates as specified herein. THERE WILL BE NO CHARGE FOR TOWING VEHICLES OR TRAILERS SIEZED FOR FORFEITURE. AT THE REQUEST OF CITY PERSONNEL/NON -CITY OWNED VEHICLES (Estimated 740 tows annually) CATEGORY ONE -LIGHT Class A: Standard Tow- Towing Passenger Cars, Trailers, Trucks, and Special Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters, up to 10 miles: Rate $ 79.50 per tow, per vehicle or trailer Each additional mile over 10 miles is $ 2.00 per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer $ 20.00 9 Administrative Fee (after 48 hours) $ 60.00 Time on scene (after first 30 minutes) per quarter hour $15.00 Class B: Standard Tow - Towing Trucks, Trailers, and Special Service Vehicles, over 10,001 pounds GVW up to 19,500 pounds GVW, up to 10 miles: Rate $ 160.00 per tow, per vehicle or trailer. Each additional mile over 10 miles is $ 3.00 per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer $ 40.00, / 2 r Administrative Fee (after 48 hours $ 60.00 Time on scene (after first 30 minutes) per quarter hour $ Ace Wrecker Service Category Two- Heavy Class C: Standard Tow- Towing Trucks, trailers, and Special Services Vehicles, Over 19,500 pounds GVW up to 25,000 pounds GVW, up to 10 miles. Rate $ 175.00 per tow, per vehicle or trailer. Each additional mile over 10 miles is $ 3.50 per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer $ 40.00 Administrative Fee (after 48 hours) $ 60.00 Time on scene (after first 30 minutes) per quarter hour $ 20.00 Class D: Standard Tow- Towing Trucks, trailers, and Special Service Vehicles over 25,000 pounds GVW, up to 10 miles: Rate $ 300.00 per tow, per vehicle or trailer. Each additional mile over 10 miles is $ 4.00 per mile, per tow, per vehicle, or trailer. 10 Storage per day per vehicle or trailer $ 60.00 Administrative Fee (after 48 hours) $ 60.00 Time on scene (after first 30 minutes) per quarter hour $ 25.00 Storage Rate The daily rate for storing a vehicle in storage is based on a twenty -four (24) hour day. The first six (6) hours of each storage shall be free (Le., from time of arrival at the storage facility through the sixth hour thereafter). Subsequently, and for each twenty - four (24) hour or portion thereof, a storage fee may be assessed in accordance with the bid. The maximum rates' the Vendor is to charge vehicle or trailer owners or their designees for storage is as specified. THERE WILL BE NO CHARGE FOR STORAGE FOR VEHICLES OR TRAILERS SIEZED FOR FORFEITURE IF THE OCOEE POLICE DEPARTMENT OBTAINS A FINAL JUDGEMENT OR FORFEITURE. HOURLY CHARGE In addition to the maximum rates charged owners or their designees for towing services, the Vendor is allowed to charge an additional rate as specified below to cover all charges for any and all additional equipment including additional tow trucks, tools and consumable items to perform any and all of the following: Servicing rollovers, submerged vehicles and trailers Dropping (releasing) drive shafts on vehicles over one (1) ton only. Removing bumpers on vehicles one (1) ton and over only Airing up brakes Providing air bags 1. The Vendor is not allowed to charge separately for each of the above items; only one additional hourly rate is to be charged regardless of the number of circumstances involved and services performed. 2. The Vendor is NOT allowed to charge in addition to the tow fee for: dropping (releasing) drive shafts on vehicles up to one (1) ton, or for Double hookups. 11 HOURLY RATE CHARGE FOR ADDITIONAL EQUIPMENT AND CONSUMABLES CATEGORY ONE- LIGHT $ 60.00 per hour for Passenger Cars, Trailers, Trucks, and Special Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters. $ 75.00 per hour for Towing Trucks, Trailers and Special- Service vehicles, over 10,001 pounds GVW up to 19,500 pounds GVW \_ CATEGORY TWO -HEAVY $ 75.00 per hour for Towing Trucks, trailers, and Special Service Vehicles, over 19,500 pounds GVW up to 25,000 GVW $ 260.00 per hour for Towing Trucks, Trailers, and Special Service Vehicles, over 10,001 pounds GVW up to 19,500 pounds GVW 1' AIR BAGS $ 500.00 per hour for use of air bags for trucks and special service vehicles over two and one -half tons (2.5) tons. FIXED RATE CHARGES In addition to maximum rates charged owners of their designees for towing services, the Vendor is allowed to charge an additional fixed fee of $ 35.00 per tow to utilize dollies. WAITING TIME The Vendor may charge for waiting time after the first (30) minutes at hourly rate specified in this section on a pro -rate basis in fifteen (15) minute increments as further specified below: Total Waiting Time Pro -Rate after the first thirty minutes Amount $ 15.00 31 -45 minutes- One quarter of the hourly rate 46 -60 minutes- One half of the hourly rate 61 -75 minutes- Three quarters the hourly rate 76 -90 minutes- One full hourly rate 12 ADD/T/ONAL SERI/ /CES Ace Wrecker is to respond to request from the Ocoee Police Department officer at the scene to unlock a vehicle door by means of a slim jim or other similar device when no tow is required. Ace Wrecker agrees to charge a flat fixed fee specified below to unlock vehicles when no tow is required: the flat fixed fee to unlock vehicle doors is $ 35.00 if Ace Wrecker is unable to unlock the vehicle door(s), no charge for this service is to be incurred by either the city or the vehicle owner or his designee. Ace Wrecker agrees to charge a fixed flat fee specified below to weatherproof a vehicle when advised to do so by the owner and /or the Ocoee Police Department of $ 25.00 Ace Wrecker agrees to charge a flat fixed fee to immobilize (booting) a vehicle of $ N/A Ace Wrecker agrees to charge only the actual cost incurred for Hazardous waste removal. Documentation will be provided upon request. WINCH RECOVERY (Vehicle not towed and all times are for actually on scene) CATEGORY ONE- LIGHT Class A for first 30 minutes. $ 60.00 each additional 30 minutes $ 15.00 Class B for the first 30 minutes $ 100.00 each additional 30 minutes $ 50.00 CATEGORY TWO- HEAVY Class C for the first 30 minutes $ 200.00 each additional 30 minutes $ 50.00 Class D for the first 30 minutes $ 350.00 each additional 30 minutes $ 100.00 AT THE REQUEST OF CITY PERSONNEL/CITY OWNED VEHICLES (Estimated 85 tows annually) The maximum rates to be charged the City for towing, road service or storage services for any vehicle or trailer which is owned, operated, or leased by the City (except leased vehicles or trailers where the leaser is responsible for the required towing) from its point of disability (whether same be within the city or in an outlying area of Orange, Seminole, or Lake county, usual and customary to the particular usage of the vehicle by the city) to any point within the city, as may be directed. Class A: Standard Tow- Towing passenger cars, trailers, trucks and special service vehicles, up to 10,000 pounds GVW, and motorcycles and or motor scooters, up to 10 miles: Rate $ 0.00 13 Each additional mile over 10 miles is $ 0.00 per mile, per tow, per vehicle or trailer. Class B: Standard Tow- Towing trucks, trailers, and special service vehicles over 10,001 pounds GVW up to 19,500 pounds GVW, up to 10 miles: Rate $ 100.00 per tow, per vehicle or trailer Each additional mile over 10 miles is $ 2.00 per mile, per tow, per vehicle or trailer. CATEGORY TWO- HEAVY Class C: Standard tow- towing trucks, trailers, and special service vehicles, over 19,500 pounds GVW up to 25,000 pounds GVW, up to 10 miles: Rate $ 100.00 per tow, per vehicle or trailer Each additional mile over 10 miles is $ 2.00 per mile, per tow, per vehicle or trailer. Class D: Standard tow- towing trucks, trailers, and special services, over 25,000 pounds GVW, up to 10 miles: Rate $ 300.00 per tow, per vehicle, per trailer. Each additional mile over 10 miles is $ 2.00 per mile, per tow, per vehicle or trailer. STORAGE RATE The daily rate for storing a vehicle is based on a twenty -four (24) hour day. The first six (6) hours of each storage shall be free (i.e., from time of arrival at the storage facility through the sixth hour thereafter). Subsequently, and for each twenty -four (24) hour portion thereof, a storage fee may be assessed in accordance with the bid. The maximum rates Ace Wrecker is to charge a vehicle or trailer owned by the Citygf ' 1 Ocoee for storage is: N ROAD SERVICES Ace Wrecker is allowed to charge a fixed flat rate for road service as specified below for city owned vehicles: Battery boost $ 0.00 Tire changing $ 0.00 14 ❑ Proposed Implementation Plan /Technical Approach. Approach Ace Wrecker understands the need to provide its staff and its patrons a safe and quality experience. Ace Wrecker has a thorough knowledge of the Ocoee area, its access points and how the heaviest traffic affects the roads. Response Time Being located centrally in Ocoee, we can respond to any class A and class B needs within twenty minutes; Class C, or above, will respond within thirty minutes. Dispatch Methods Ace Wrecker's main number is attended 24/7 and DOES NOT use any automated answering service. Ace Wrecker will give an approximate time of arrival; given any unforeseen delays, Ace Wrecker will immediately communicate with the agency, Ace Wrecker has extensive experience in towing vehicles from everyday use to exotic high -end vehicles and their careful handling. Our late model fleet of wreckers will provide damage free towing. ❑ Record Keeping and Billing Procedures. All calls for service data is entered into a computer software program dedicated to the towing industry. All calls are also manually written down onto dispatch cards for backup purposes. We will provide a numbered invoice for all services provided. It will contain such information as the location service was provided, what type of service was performed and any unusual circumstances or events. The numbered invoice will also provide the wrecker driver's name and truck number. 15 Section 4 — All Forms Included in the RFP 11 Company Information /Signature Sheet RFP #11 -002 COMPANY INFORMATION & SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/ FEE RATES PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. RSC Corporation d/b /a Ace Wrecker Services (407) 654 -6400 COMPANY NAME TELEPHONE (INCLUDE AREA CODE) (407) 855 -0848 FAX acewreckerl @aol.com E -MAIL ADDRESS IF REMITTANCE ADDRESS IS FROM PURCHASE ORDER ADDRESS, 1PLEASE INDICATE BELOW: N/A AME /TITLE Robert Faulk/President/Owner 5601 S Orange Blossom Trail Orlando, FL 32839 407 - 855 -6631 FEDERAL ID # 59- 2128393 Individual; x Corporation; Partnership; Other (Specify) Sworn to and subscribed before me this /o2 day of , 20 / / . Personally Known or Produced Identification Notary Public - State of y�ounty of (T A t S'; at reofNeta` 'u. is / , 4 " DEBRA KUBIS ��tuu Printed, typed or stamped �aYg Comm# DD0855038 • �' • S Expires 1/26/2013 Commissioned name of Notary Public. n ;„ Florida Notary Assn., Inc oep��eso paeanp 16 ❑ Other forms listed on Table of Contents to be submitted with your proposal. SUMMARY OF LITIGATION (p. 19 of RFP): Provide a summary of any litigation, claim(s), bid disputes, or contract dispute(s) filed by or against the Proposer in the past five (5) years that is related to the services that the Proposer provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets, if necessary and write "see attached ") NONE ACKNOWLEDGMENT OF ADDENDA (p. 19 of RFP): Proposer acknowledges receipt of the following addenda: No. NONE Dated No. Dated No. Dated LIST OF SUBCONTRACTORS (p. 19 of RFP): Proposer will not utilize the services of any subcontractors for performance of this contract. EQUIPMENT LISTING (p. 20 of RFP): Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor, attach additional sheets if necessary and write "see attached ". See Section 1 above. 17 REFERENCES /EXPERIENCE OF PROPOSER WITH SIMILAR WORK (p. 20 of RFP): The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years, attach additional sheets if necessary and write "see attached ". DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS /NAME OF CONTACT See information in Section 2 above. Have you any similar work in progress at this time? Yes_X_ No Length of time in business: 40 years _ months. Bank or other financial references New Traditions Bank Account #020344177 407 - 740 -7800 Suite 01 Maitland, FL 32751 Contact Richard O'Brien Suntrust Bank Account #100097741101 321 - 637 -9228 100 Delaney Ave Cocoa, FL 32922 18 VOGEW000 EST :1924 = ,�� f CITY OF EDGEWOOD POLICE DEPARTMENT j POL ICE OFFICE OF THE CHIEF OF POLICE August 19, 2011 To Whom It May Concern: The Edgewood Police Department has utilized the services of RSC Corporation dba: Ace Wrecker (hereafter referred to as Ace Wrecker) for more than five (5) years. Ace Wrecker has been the only towing and recovery service utilized by the Edgewood Police Department. We have a fifteen (15) minute response requirement for our wrecker service and have never had a problem with Ace Wrecker adhering to that provision. The personnel employed by Ace Wrecker have always been extremely competent and professional. We have never experienced any administrative problems during our relationship with Ace Wrecker. I would recommend Ace Wrecker without any reservations what so ever. Sincerely, - Peter Mar 4.d Chief off', 5565 S. ORANGE AVENUE PHONE: 407-851-2820 EDGEWOOD, FL 32809 -3406 FAX: 407 - 851 -0604 WWW.EDGEWOOD- FL.GOV O JjSJ% r ORANGE COUNTY FIRE RESCUE DEPARTMENT ' Allen R.Schweikart Logistics LEire Facilities C 1 U N T I P.O. BOX 5879 GOVERNMENT Winter Park Florida 32793 1 , ,, O R , n A Telephone: 407 - 836 -9126 • Fax: 407 - 836 -9150 Email: randy.schweikart @ocfl.net To : City Of Ocoee Ace Wrecker towing & recovery has had contracts with Orange County over years past. They have always been of the best of the best in services needed. They seem to have the latest in equipment and an detailed training program in place. They also have a good safety program in place. Orange County Fire /Rescue has used Ace for training with large equipment. Our squads 1 3 & 4 depend on them from time to time to assist in major rescues. If any further information is needed please feel free to contact us. i Allen R. Schweikart /4 /A !S ±rte Chief John B. Tegg Ill DEPARTMENT W BELLE ISLE POLICE 1521 NELA AVENUE, BELLE ISLE, FL 32809 * WW.CITYOFBELLEISLEFL.ORG * TEL: 407 - 240 - 2473 *r Ptji_lCti� August 30, 2011 City of Ocoee 150 N Lakeshore Dr. Ocoee, FL 34761 Dear Sir: I would like to give you my highest recommendation for Mr. Robert Faulk and his company, Ace Wrecker Service. Mr. Faulk has consistently given the Belle Isle Police Department the highest quality service throughout his tenure as our wrecker service. Mr. Faulk has delivered timely service; his drivers are always on time, neat, and professional. The office staff is courteous and professional when dealing with their customers. On one occasion recently, we had some trees down in our city blocking a road. Mr. Faulk's staff not only helped cut up the tree, but also moved it out of the roadway. He assisted because we could not reach our tree service company at the time. This allowed us to open our street in minutes, rather than wait for hours for the tree service company to respond. All of our tows have been damage free. Storage for our police investigations have been proper and according to chain of custody standards. Mr. Faulk has been easy to work with and is a true professional. I want to again give him and his company my highest recommendation. Sincerely, , ‘ 0 ‘/.- John .:. Tegg III C • f of Police City of Belle Isle Police Department 13Ila ISECT-71:1-11[Irlir PPJECEMIPIr FOR: BI Q # I - 00 BIDDER: DATE: ACCOUNT 0001-36-0000 AMOUNT $ CITY OF OCOEE MISC. REVENUE CODE #500 89/13/11 3:16 PM nrossi 11-882/ACE WRECKER RECEIPT NO:FOU257589 AMOUNT FMSD 11-882/ACE WRECKER 1,888.88 588 PAYMENT RECEIVED AMOUNT CK 2139364827 1,888.08 TOTAL 1,888.88 this document include: a Watermark, MIcroPrint signature line, and a holographic foil stamp; absence of these features will indicate a copy, , — ■•() c3" I .• JO .1 rJO 114.L' 12 kCig4 64-79/611 0 SUNTRUST Official Check 2139364827 Fraud Protected - by Positive Pay 165454 2157330 Purchaser RSC INC DBA ACE WRECKER Date ' Initials (ty15 Center Sep. 13,2011 PAY Ir1P1 ' , **1,000.00 CITY OF OCOEE SunTrust Banks, Inc. by its Authorized Agent ej egi To the SunTrust Bank Order ( of ` RAJA' Ce sTgn;t:re tor Payable at SunTrust Bank Authorjzed 0'2 L 39 3 6148 70 1:06 L LOO 7901: 70 L90 L 9 9 9te www.sunbiz.org - Department of State Page 1 of 2 t � ' FLORIDA DEPARTMENT OF STATE � .�° DIVISION OF CORPORATIONS �,, "tinft r . •�-,� -- 7-- -- ---- -- ;: .�. ' Home Contact Us E- Filing Services Document Searches Forms Help Previous on List Next on List Return To List Events No Name History Detail by FEI /EIN Number Florida Profit Corporation RSC CORPORATION Filing Information Document Number 698393 FEI /EIN Number 592128393 Date Filed 08/11/1981 State FL Status ACTIVE Last Event CANCEL ADM DISS /REV Event Date Filed 10/31/2006 Event Effective Date NONE Principal Address 5601 SO ORANGE BLOSSOM TRAIL ORLANDO FL 32839 -3353 US Changed 04/28/2003 Mailing Address 5601 SO ORANGE BLOSSOM TRAIL ORLANDO FL 32839 -3353 US Changed 04/28/2003 Registered Agent Name & Address CHAPMAN, VICTOR L 18 WALL STREET ORLANDO FL 32801 US Name Changed: 07/06/2010 Address Changed: 07/06/2010 Officer /Director Detail Name & Address Title DP FAULK, ROBERT A 1532 CONWAY ISLE CIRCLE ORLANDO FL 32809 -3598 Annual Reports Report Year Filed Date 2009 03/24/2009 http: / / www.sunbiz.org/ scripts /cordet.exe ?action= DETFIL &inq_doc number= 698393 &inq... 9/13/2011 www.sunbiz.org - Department of State Page 2 of 2 2010 02/23/2010 2011 03/23/2011 Document Images 03/23/2011 -- ANNUAL REPORT View image in PDF format 07/06/2010 -- Req. Agent Change View image in PDF format 02/23/2010 -- ANNUAL REPORT View image in PDF format 03/24/2009 -- ANNUAL REPORT View image in PDF format 01/25/2008 -- ANNUAL REPORT View image in PDF format 02/05/2007 -- ANNUAL REPORT View image in PDF format 10/31/2006 -- REINSTATEMENT View image in PDF format 09/08/2005 -- ANNUAL REPORT View image in PDF format 03/29/2004 -- ANNUAL REPORT View image in PDF format 04/28/2003 -- ANNUAL REPORT View image in PDF format 02/19/2002 -- ANNUAL REPORT View image in PDF format 03/02/2001 -- ANNUAL REPORT View image in PDF format 03/01/2000 -- ANNUAL REPORT View image in PDF format 04/02/1999 -- ANNUAL REPORT View image in PDF format 02/25/1998 -- ANNUAL REPORT View image in PDF format 03/06/1997 -- ANNUAL REPORT View image in PDF format 03/11/1996 -- ANNUAL REPORT View image in PDF format 04/28/1995 -- ANNUAL REPORT View image in PDF format Note: This is not official record. See documents if question or conflict. Previous on List Next on List Return To List Events No Name History Horne 1 Contact us 1 Document Searches I E- Filinq Services 1 Forms 1 Hell) I Coovright© and Privacy Policies State of Florida, Department of State http://www.sunbiz.org/scripts/cordet. exe? action= DETFIL &inq_doc_number =6983 93 &inq... 9/13/2011 L.) c.) c ° .e ma( > 1 LL CJ C5 (1) z fj CL 0 a c\I CD Q t“, (1,) 0 0 0 0 ° 7 = L'J taii • - r c�� �' of at Mayor � F�1 Commissioners S. Scott Vandergrift T Gary Hood, District 1 C �ar� - z Rosemary Wilsen, District 2 City Manager ; 1--- Rusty Johnson, District 3 Robert Frank > 's� .2, -- r Joel F. Keller, District 4 - - Todd — CITY OF OCOEE REQUEST FOR PROPOSALS RFP #11 -002 CITY WIDE WRECKER TOWING SERVICES TABLE OF CONTENTS #11 -002 ._r; CITY WIDE WRECKER TOWING SERVICES w }, RFP DOCUMENTS Section Page Legal Advertisement 3 Proposal Instructions 4 - 7 General Terms & Conditions 8 - 23 Summary of Litigation*, p. 19 Acknowledgement of Addenda``, p.19 List of Subcontractors*, p. 19 Equipment Listing*, p. 20 References/Experience, p. 20 SCOPE OF SERVICES, SERVICE RATES, OCOEE'S TOWING FEES Section Page Exhibit A — Scope of Services 24 - 40 Exhibit B — Service Rates (Proposal Form)* 41 - 47 Exhibit C — Ocoee's Towing Fees 48 - 51 Company Information and Signature Sheet* 52 *Submit with Proposal End Table of Contents RFP11 -002 Wrecker Services 2 Request for Proposals, Legal Advertisement The City of Ocoee, Florida, (City) is soliciting sealed proposals for RFP# 11 -002 City Wide Wrecker Towing Services. Proposals will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance/ Purchasing Department, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on September 13, 2011. Proposals received after that time will not be accepted under any circumstances. Sealed proposals that have been timely received will be publicly opened and read aloud at that time. No pre - proposal conference is scheduled at this time. Prospective respondents may secure a copy of the documents required for submitting a proposal through Onvia /Demandstar by accessing the City's website at http: / /www.ocoee.orq under Finance /Purchasing. Partial sets of the documents required for submitting a proposal will not be issued. By using Onvia /Demandstar, prospective respondents will be provided with all information regarding this RFP and addendums and changes to the project requirements; fees may apply for non - members. Membership with Onvia /Demandstar is not required to submit a proposal. Persons other than prospective respondents may inspect the documents required for submitting a proposal at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee, as prescribed by statute. Beth Eikenberry, City Clerk, August 7, 2011. RFP11 -002 Wrecker Services 3 CITY OF OCOEE REQUEST FOR PROPOSALS (RFP) #11 -002 CITY WIDE WRECKER TOWING SERVICES A. Sealed proposals for RFP #11 -002 will be received by the City of Ocoee, hereinafter called "The City ", by any person, firm, corporation or agency submitting a RFP for the services proposed, hereinafter called "Respondent" or "Proposer" or "Bidder ". Each Proposer shall furnish the information required on the proposal form supplied and each accompanying sheet thereof on which an entry is made. Proposals submitted on any other format shall be disqualified. Proposals must be typewritten or handwritten using ink. Do not use pencil. Proposal documents must be submitted under the signature of a legally responsible representative, officer, or employee and should be properly witnessed and attested. All proposals should also include the name and business address of any person, firm, or corporation interested in the proposal either as a principal, member of the firm, or general partner. If the Proposer is a corporation, the proposal should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this RFP should be addressed in writing to the Finance /Purchasing Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407) 905 -3100, extension 1516 and fax (407) 905 -3194 or email jtolbert(a�ci.ocoee.fl.us, and shall be received not later than September 6, 2011 at 12:00 P.M., local time. Any clarifications /changes will be through written addenda only, issued by the Purchasing Agent. Proposers should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information regarding this RFP before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during the bid, award, and protest period may be grounds for disqualification. C. Proposals must describe the qualifications of the firm to provide planning services. The proposal shall be presented as one (1) original and five (5) copies. The entire proposal package shall be received by the Finance Department not later than 2:00 P.M., local time, on September 13, 2011. Proposals received by the Finance /Purchasing Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Proposals or any information transmitted by fax or e-mail will not be accepted. Proposals shall be delivered in a sealed envelope, clearly marked with the RFP number, title, and closing date and time, to: City of Ocoee Finance /Purchasing Department Attention: Joyce Tolbert, Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761 -2258 RFP11 -002 Wrecker Services 4 D. Pre - Proposal Conference: None is scheduled at this time. E. Proposals will be reviewed by a selection committee appointed by the City Manager and will be ranked in accordance with the established evaluation criteria. Date, time, and location of any scheduled selection committee meeting(s) for this RFP will be noticed publicly and on Demandstar. The selection committee shall supply a ranked list of the proposing firms and a recommendation regarding which firms should be selected by the City Commission for negotiation of a contract. Please be aware that all City Commission meetings are duly noticed public meetings and that all documents submitted to the City as a part of a bid constitute public records under Florida law. F. All Proposers shall thoroughly examine and become familiar with this RFP package and carefully note the items specifically required for submission of a complete proposal. G. Submission of a proposal shall constitute an acknowledgment that the Proposer has complied with the instructions of this RFP. The failure or neglect of a Proposer to receive or examine a document shall in no way relieve it from any obligations under its proposal or the contract. No claim for additional compensation will be allowed based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of services. Proposals shall be in compliance with the contract documents /scope of services. All costs to prepare and submit proposals shall be the responsibility of the Proposer and the City shall make no reimbursement of any kind. H. Any response by the City to a request for information or correction will be made in the form of a written addendum, which will be mailed, e- mailed, or faxed by Demandstar to all parties to whom the RFP package have been issued. It shall be the responsibility of each Proposer to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning the date and time when proposal acceptance shall close at any time up to the date and time set for proposal closing. In this case, proposals that have been received by the City prior to such an addendum being issued will be returned to the Proposer, if requested, unopened. In case any Proposer fails to acknowledge receipt of any such Addendum in the space provided in the RFP documents, its proposal will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a proposal will constitute acknowledgment of the receipt of the RFP Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Proposers are cautioned that any other source by which a Proposer receives information concerning, explaining, or interpreting the RFP Documents shall not bind the City. RFP11 -002 Wrecker Services 5 I. Any of the following causes may be considered sufficient for the disqualification and rejection of a proposal: a) Submission of more than one (1) proposal for the same work by an individual, firm, partnership, or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships, or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among the Proposers; c) Being in arrears on any existing contracts with the City or in litigation with the City, or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to the Proposer's ability to properly perform the services; or e) Any other cause that, in the City's judgment and sole discretion, is sufficient to justify disqualification of Proposer or the rejection of its proposal. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on an award to provide any goods or services to a public entity, may not submit a proposal on an award with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under an award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See Florida Statute 287.133 (2) (a).] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Proposers should be aware that the proposal and the responses thereto are in the public domain and are available for public inspection. Proposers are requested, however, to identify specifically any information contained in their proposal that they consider confidential and /or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All proposals received in response to this request for proposals become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. The City reserves the right to accept or reject any or all proposals, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any proposal, or to re- advertise for new proposals. The City may accept any item or group of items of any proposal, RFP11 -002 Wrecker Services 6 unless the respondent qualifies its proposal by specific limitations. The City may accept one or more proposals if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Respondent which, in the City's sole discretion, is the most responsive and responsible Respondent The City reserves the right, as an aid in determining which proposal is responsible, to require a respondent to submit such additional evidence of Respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all proposals. (Remainder of page left blank intentionally). RFP11 -002 Wrecker Services 7 RFP #11 -002 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's /Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to ONE THOUSAND DOLLARS ($1,000.00). A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the Proposer, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the Proposer will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or Proposer's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such Proposer shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the Proposer's overhead and is not eligible for reimbursement as a separate cost by the City. The checks of the three (3) most favorable Proposers will be returned within three (3) days after the City and the successful Proposer have executed the contract for work or until the 91 day after bid opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check 2. PERFORMANCE BOND: None required. 3. PATENT INDEMNITY: Except as otherwise provided, the successful Proposer agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses, for infringement upon any letters patent of the United States arising out of the performance of this Contract. Further, the Proposer shall fully indemnify, defend, and hold harmless the City RFP11 -002 Wrecker Services 8 and its officers, agents, and employees from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, unpatented invention, or intellectual property right. If the bidder uses any design, device, or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the bid price shall include all royalties or cost arising from the use of such design, device, or materials. 4. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and /or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and /or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Proposal Form, Exhibit B, attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Proposal Form. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the RFP11 -002 Wrecker Services 9 Bidder on the Bid form and the total price stated by the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of the bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non - responsive Bid forms that are incomplete or contain information that is not required. a) The Bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies /services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies /services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for Tess than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. RFP11 -002 Wrecker Services 10 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible Bidder according to the following criteria: • Compliance with scope of work, specifications, terms, and conditions • Bid price • Experience with similar work • Successful reference check • Selection Criteria, Section 26 9. LITERATURE: If required by the scope of work, or the specifications, descriptive literature /brochures shall be included with this bid in order to properly evaluate make /model offered. Bids submitted without same may be considered non- responsive and disqualified. 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: a) A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. b) A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and /or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. c) The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. d) The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. e) The Purchasing Agent, on behalf of the City, shall make a determination of the merits of the protest not later than five (5) business days after receipt of RFP11 -002 Wrecker Services 11 the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: a) No payment will be made for services without proper purchase order authorization or City of Ocoee Visa Purchasing Card. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. b) Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available for the work. c) The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85- 8013779974C -0; and, pursuant to Chapter 212, Florida Statutes, is exempt from federal excise, state, and local sales taxes. d) Vendor must accept credit cards from the customer for the payment of storage and towing charges. 12. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. RFP11 -002 Wrecker Services 12 i) Powder actuated stud guns or low velocity and /or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back -up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. I) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. 13. DRUG -FREE WORKPLACE: If applicable, provide a statement concerning the Proposer's status as a Drug - Free Work Place or evidence of an implemented drug -free workplace program. 14. CONTRACT: a) Each successful Proposer, hereinafter also referred to as Contractor, will be required to enter into a contract with the City. The contract shall automatically be renewed annually unless terminated by the City in writing, for a maximum of five (5) years from the date of execution, with an optional one year renewal. The contract may include a clause authorizing annual price adjustments. b) The City may, in its sole discretion, award any additional services, whether in the existing areas of the scope of work or in any area additional those in the existing scope of work, to any third party or the City's employees. Contractor will be expected to cooperate with any or all other contractors who may be performing services for the City. 15. CERTIFICATION OF NON - SEGREGATED FACILITIES a) Proposer certifies that it does not and will not maintain or provide any segregated facilities for the Proposer's employees at any of the Proposer's establishments, and that Proposer does not permit Proposer's employees to perform their services at any location under the Proposer's control where segregated facilities are maintained. Proposer agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Proposal. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms, other storage and dressing areas, parking lots, or drinking facilities provided for employees that are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. Proposer RFP11 -002 Wrecker Services 13 agrees that (except where Proposer has obtained identical certification from proposed contractors for specific time periods) Proposer will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 that are not exempt from the provisions of the Equal Opportunity clause, and that Proposer will retain such certifications in Proposer's files. b) The non - discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: a) Proposer declares that the only persons or parties interested in their proposal are those named herein, that this proposal is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above -named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of a contract for the described services. b) Proposer certifies that no City Commissioner, other City Official, or City employee directly or indirectly owns assets or capital stock of the Responding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) c) Proposer certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. d) Proposer further declares that a careful examination of the scope of services, instructions, and terms and conditions of this RFP has occurred, and that the proposal is made according to the provisions of the RFP documents, and will meet or exceed the scope of services, requirements, and standards contained in the RFP documents. e) Proposer agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Proposer offers and agrees that if this negotiation is accepted, the Proposer will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti -trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Proposer. The proposal constitutes a firm and binding offer by the RFP11 -002 Wrecker Services 14 Proposer to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: a) All invitations to bid, as defined by Section 287.012(11), Florida Statutes, requests for proposals, as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." b) All Proposers that submit a Bid or Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the submitted documents are qualified to do so under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS /LICENSES /FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905 -3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. 19. STANDARD INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of RFP11 -002 Wrecker Services 15 "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self- insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and /or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000 /$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. • Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability & Property Damage Liability • $1,000,000 Combined single limit per occurrence (each person, each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non -owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non - contributory. 42,000,000 GENERAL AGGREGATE 42,000,000 PRODUCTS - COMPLETED OPERATIONS AGGREGATE 41,000,000 PER OCCURRENCE 41,000,000 PERSONAL & ADVERTISING INJURY • Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent RFP11 -002 Wrecker Services 16 contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. 41,000,000 PER OCCURRENCE 42,000,000 AGGREGATE 6) Commercial Umbrella: 41,000,000 PER OCCURRENCE 42,000,000 Aggregate 'Including Employer's Liability and Contractual Liability 7) Builders Risk: 4100,000 Any (1) Location 41,000,000 Any (1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: i) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. ii) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non - payment of premium. (Remainder of page left blank intentionally.) RFP11 -002 Wrecker Services 17 ~ !s•:n ;Lee wJl 9,33 I A t�,R "ERTIFIC, T� OF LIABILITY IN IJ AC+ E `0 1 1' lli :1 � �::�.� - - 1 This Germ/ oo'6 L! 151..CG A S p yl,7,11µ1,5F 114re 'WAND• um!? /NO CCNRnC 11L N4ONA UP-INTIM a rnrT: ceL; ■ HOLCIER.TI 1 eS GCraF•1F:dTS CDCS ...or 4w Ei1D, F,CT1NO Eli Amp xMr_ci=NC --lCE u9, CI n[f53 LeY 1W& MU Goa neursok mumps go pun ;MO, 01:171MIXE NYE = i,,eaa ». LIJYAAC LLL !,.t 1.12:lai' + -. .e emu. .. _ • F7JS +ij CS. - ga;:`n a+ s MIMI 11.1.14 +c_ ■ _ .*, 11 r „ 17121-r AGCS - - 1S. 5.., YC. rs, i "JJm.tu.,- rsrX1Z...,,,..L1#.!l T. :JSi Ku :e :J{'Treaseo. e.. i_ 4111'1L.+D Inc 1' Y IrM1 rrw.nac:•. :Y MANS : : 2 War/Orr,::L.AW.R 111419, Yel•:4 rra WT4 LT Wl T wise., •.erlerAX 11 i !.9 W :s ... eowr .•ir.AV .X C {57PP1 7129, ALL '1.2 .LI Lrl•!l'+10.JA ."'"7"."." at• :yam:7.111 + 9 Jr M L 9,:A i Ake 11,...1.433 rsalaa. re MID CAJAL 7N � � 1( rvr J 9, • }�r7 p' eu-,eiltl'>aY 111f111 rPRStia*+u•r YOd1 s• 7 13417 uarJa Am-re I�►'• ] SC r + ]( I {f4.ure :J -4!iVi L.al it X sl�,�e W }I7I -h !es o. +eri x+e+ :l ].,. E': E , i aryaaa4+lvwr• ] 1.DeD::.D _.__ _--... xlu:+..1• 1 2. DDD, a LII} 7e,rte :.,:-..:' 12: DUO, C•r11Y AIn:YI:. r lima Ire X304, 33444 1.71 r • e '_, aaa , Dew 14.1....1101 Alt -0r,4Y�•JI JS ' hYm e ,mrr: I./ !ILO W r OJT,. 1 X ■ 1 339,.1:X1 "." H.... I nVL' L-•s!H a rLL : :ae RT•w 1,.W A.!'wll I . A:17247L'f. pm: 7 _ e e.,tixt�a7,lr s :,a ta,U33Ar 021.7...$ 7 7.,•70:,44•. :JY6 ort I I ^ et: 9,.l eW { L' 9,A'„ 7 .1.1 WAIL e. r_..er•a+x: -- .. S NV : 1.7.1.13.1.; 1.7.1.13.1.; r..: 1:Fa. :11• PL 7YYd - 9,A {u :me 1 iaa OU cwr33►,wtJ' e:L:iv'v7[.a-1r. + .� rbtfr, ,— U11 /raw 1 (1C 1tJD IX1l :uilli Ri 7YL'f 1 D¢2 1 +D D.3Dt • �Jf'1vvvSVV,•T1.97,: mock 11%1.. L , Fa l•iZIL6u]i.I AYliiTILearW. 9,l: P?/{ .u... 0, w',idane.d by c hi et c.rti.Eitbta riha1.1 men OA aas:ti d'_edtu r T, la h li IL fleitsi_1■ L. *'4vr� .a• 9,u a,JA6 =tonal ioausc no t�1■ Gaxu_o7. tY l; ni: +, ETe. lca.eeedI 1,'rscrenaaLliCC" 1 =W l',JAW-sty i. 4.'+P 6i at ills:;' D }. }11 ava t ■jay a 14.1 Da a•.akiLti Yt l'.1. am ix ti9LA 01 Lbs. .ersL:Lf ['we t# hn1dax, TI10 uArtit Le ato }q:drr 3.9, 4.+9d4d an • 7a14 Jlbuk+i.teT'WtI N.h& ._ - CET1W) ..Tt 110, GANGER OVA _ . — _• nlaiv h.1.1l 1rl,eAfVSt LWHSt Y.i My:T{.r. L ri:ef9ii4: •. ;tie MI S Lry.*k L'Ireuwwu e aiwniii•1 w.a .. w :eireelr gaper In r -0 •art - e. 9,.+f ! we Mi BsJSao1Q't e.l'.r. Pen' is= 7L , V I+, e:S a iYL nit", of Ll._,ct-et eecaeeuCW:!nLeuw:lu L lYerr.11144� 11: 4••"k 9,i u tin ?e 1h4 1, ' Glat re.h=ri �7.t'1 elre uisorr -ms. '— Of>trke, eL ! V) 61.225 lrmn ea 5 t4• VII 11IT _. -.._. �e � I - y}F .O:SFIOGGILRI •rlCltiai.• A�]pt7 IS IUMeln _ • 1� i. !1 RFP11 -002 Wrecker Services 18 20. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid disputes, or contract dispute(s) filed by or against the Proposer in the past five (5) years that is related to the services that the Proposer provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets, if necessary and write "see attached ") ?i, E A-S E 5 O RFT /40 4E Rtt in ! T7 ,1-Ls 21. ACKNOWLEDGMENT OF ADDENDA: Proposer acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated 22. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON /PHONE #: P L EPrS 2e /rTA -0. 1- IO WR rn i T h LS (Attach additional sheets if necessary and write "see attached ") The Bidder certifies that the Bidder has investigated each subcontractor /temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency RFP11 -002 Wrecker Services 19 maintains a fully- equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 23. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor, attach additional sheets if necessary and write "see attached ". i . E A-a-1-1- 0 O cle,t.E m t 24. REFERENCES /EXPERIENCE OF PROPOSER WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years, attach additional sheets if necessary and write "see attached ". DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS /NAME OF CONTACT C E t'E /9-'r e_m- €`) 8 C.t /f ! T7/ Have you any similar work in progress at this time? Yes / No Length of time in business `f years CI months. Bank or other financial references: ettar�zu - v - ' kkibh - Vt S Ti es Vice? ii 1J ° Lbryt r um cos S Rt t 1 V1 e 401 3 y-()PR k t(.akvt (5) corn, RFP11 -002 Wrecker Services 20 25. SUBMITTALS: The City of Ocoee requires comprehensive responses to every section within this RFP. To facilitate the review of the responses, Proposers shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Proposers with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Submissions shall be limited to a total of twenty -five (25) 8.5 "x 11" pages (excluding front and back covers, dividers, and all forms included in this RFP, additional sheets to complete the forms are excluded), single- sided, portrait orientation, 12 -point font, and contained in a three -ring binder or other format amenable to easy photocopying. The person signing the RFP on behalf of the Proposer shall have the legal authority to bind the Proposer to the submitted Proposal. In order to simplify the review process and obtain the maximum degree of comparison, the Proposer must provide the following content when responding to the RFP: Section 1 — Company Information ❑ Firm's history: include location and number of years in business, etc. ❑ List location of principal compound, hours of operation, and condition of Facilities. ❑ List of all firm's supervisory employees, their qualifications, and their role for this contract. ❑ Firm and employee certifications and registrations with regulatory agencies, professional organizations, etc. ❑ Firm's sub - contractors, their qualifications, and their role in providing services. ❑ List and quantity of firm's (and firm's sub - contractors' if applicable) equipment to be used for this contract. Section 2 — Company Experience /References /Qualifications ❑ List of firm's other current or recently completed similar services within the past three (3) years with other public or private agencies. ❑ List of at least three (3) client references to include organization name, contact person, telephone number (s), and e-mail address. ❑ Litigation Summary. Section 3 — Proposal ❑ Proposed Service Rates, use Exhibit B Proposal Form. ❑ Proposed Implementation Plan/Technical Approach. ❑ Record Keeping and Billing Procedures. RFP11 -002 Wrecker Services 21 Section 4 — All Forms Included in the RFP ❑ Company Information /Signature Sheet ❑ Other forms listed on Table of Contents to be submitted with your proposal. ❑ Bid Security. 26. SELECTION CRITERIA: The criteria for making an award recommendation are: 1. Vendor Location (0 —10 points) 2. Facilities: Condition of facilities, convenience of principal compound location, hours of operation (0 — 20 points) 3. Equipment: Condition of equipment, availability and types of equipment to be used during the term of the contract. (0 — 20 points) 4. Experience, Staff, Technical approach, References - current and past performance of the proposing firm in providing directly related services of equal magnitude and complexity; competency of staff, owners and officers, and any subcontractors who will be directly involved managing the service on a daily basis, Number of full time staff assigned to this contract; Proposer's Qualifications and understanding of the Scope of this contract, Implementation Plan / Technical approach. (0 — 20 points) 5. Record keeping and billing procedures. (0 —10 points) 6. Service Rates. (0 — 20 points) As a part of the proposal evaluation process, the City may conduct a background investigation, including a record check by the Ocoee Police Department of the Proposer. Proposer's submission of a proposal constitutes acknowledgement of the process and consent to such investigation. No proposal shall be accepted from, nor will any contract be awarded to, any person, who is in arrears to the City, upon any debt or contract, or who is a defaulter, as surety or otherwise, upon any obligation to the City, or who is deemed irresponsible or unreliable by the City. RFP11 -002 Wrecker Services 22 A City selection committee will review and evaluate each Respondent's proposals and will short -list and recommend to the City Commission one or more qualified firms to provide the requested services. The City Commission's decision to accept, alter, or reject the selection committee's recommendation shall be final. The City reserves the right, before awarding the contract, to require a Proposer to submit such additional evidence of its qualifications, which may include oral presentations, as the City may deem necessary. The City shall be the sole judge of the competency of Proposers. All successful Proposers shall be required to execute an agreement that provides, among other things, for all plans, drawings, reports, and specifications resulting from Proposer's services to the City to become the property of the City. (Remainder of page left blank intentionally) RFP11 -002 Wrecker Services 23 EXHIBIT "A" SCOPE OF SERVICES CITY WIDE WRECKER TOWING SERVICES 1. Purpose The City Of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) and State of Florida Statutes, is soliciting proposals from experienced Contractors to establish a multi -year Contract for City -wide Wrecker Towing Services for the removal and storage of vehicles 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. This contract is for public roads and City vehicles only and does not include private. Respondents may bid on either Category One or Category Two or both categories, plus other proposal items listed on the Proposal Form. The City intends to award a contract to one or more Contractors experienced Contractors. The contract shall automatically be renewed annually unless terminated by the City in writing, for a maximum of five (5) years from the date of execution, with an optional one (1) year renewal. The contract may include a clause authorizing annual price adjustments. 2. Eligibility To be considered responsive to this RFP, Proposers must comply with all of the minimum requirements set forth in this document. The City reserves the right to negotiate with any or all of the responsive Proposers. To be eligible to provide towing services for the City, the Proposer must demonstrate that they have successfully completed services similar to those specified in this proposal. The Proposer must be regularly engaged in the towing business within the geographic boundaries described herein, have prior successful experience in providing similar services during the past three (3) years, required equipment, and organization sufficient to ensure that they can satisfactorily provide the services if awarded a contract. Proposer shall not have any pending criminal charges against the firm, principal owners, partners, corporate officers, or management employees. 3. Communications Contractor shall provide its own two -way radio or approved alternate communication system. The communications system shall be between Contractor's base station and service trucks that provide towing services for the RFP11 -002 Wrecker Services 24 City. The communication system shall be regularly checked and remain fully operational during the term of the Contract. 4. Storage Facilities The vendor shall maintain storage and outside storage facilities complying with all applicable building and zoning regulations located within a ten (10) mile radius from the City of Ocoee Police Department located at 646 Ocoee Commerce Parkway, Ocoee, Florida 34761 and contiguous to the Vendors base of operations other than further specified in this section. Such Facility will meet or exceed the following criteria. 4.1. Inside Storage 4.1.1. Roof; wall; solid floor, i.e., concrete or asphalt, free of standing water and vegetation; lockable door; alarm system approved by the Police Department. The area shall be accessible to authorized personnel only 4.1.2. Working area of 9'x20' per vehicle with at least a 10' ceiling. 4.1.3. Have, within thirty (30) days of award, a hydraulic rack capable of lifting vehicles totally off the floor or equivalent facilities to permit Police investigators to stand below the vehicle to make thorough investigations. 4.1.4. Electrical lighting source sufficient to permit processing of vehicle 4.1.5. One (1) outside window or ventilation system. 4.1.6. May not be located on the physical plant (grounds) of another business without prior approval of the Police Department; i.e., inside storage must be located inside the physical plant of the Contractor's business. 4.1.7. Contain a minimum of two (2) inside enclosed and secure storage spaces for the exclusive use of the Police Department. 4.2. Outside Storage 4.2.1. To be kept and maintained to include: the removal of junk tires and auto parts, the trimming of all shrubbery, trees and lawns (fence line and grounds), adequate drainage to prevent standing water after rainstorms.2. Must contain a minimum of fifty (50) spaces and housed so that a person may reasonably walk around each vehicle or trailer in an unobstructed manner RFP11 - 002 Wrecker Services 25 4.2.2. Must be protected with an alarm system, guard dog, or approved equal and must be enclosed with a solid wall or a substantial wire fence not Tess than six (6) feet in height. 4.2.3. Contractor must provide outside storage, at outside storage rates, unless he receives written instructions from the City or vehicle owner to provide inside storage for that vehicle. 4.2.4. The fence shall screen the enclosed area from public view, storage shall be fully illuminated, and barriers shall be affixed to the top of the fence or wall to discourage access over the top. The fence or wall shall be kept in good repair throughout the contract term. Damage to the fence or wall shall be repaired within twenty -four (24) hours. 4.3. Crime Scene Storage 4.3.1. A storage facility for vehicles, which have been marked "hold" by the Ocoee City Police Department relative to a crime scene investigation shall be stored at the Contractor's Principal Compound in an enclosed, secure area. 4.3.2. Any vehicle towed, stored, and marked "hold ", relative to a crime scene investigation shall be handled with gloves, i.e. cloth, rubber or leather, by the wrecker operator, unless otherwise authorized by police personnel. 4.3.3. Crime scene vehicles shall be stored to prevent physical contamination or degradable evidence from deteriorating by coverage of the vehicles with tarpaulin type covers, or their equivalent or by storage in an enclosed secure facility. 4.3.4. If laboratory work on a crime scene vehicle must be processed at the City of Ocoee Police Department or other local facility, the crime scene vehicle shall be transported at no charge to the city.All Contractor storage facilities shall be subject to inspection and must be approved by the City prior to the award of a contract. Storage facilities shall also be subjected to periodic inspection when deemed necessary by the Police Department or other authorized City personnel during the life of this contract. Any discrepancies in the sole opinion of the City shall be submitted in writing to the Contractor and tens (10) days shall be allowed by the contractor to correct the discrepancies to the satisfaction of the City. 4.4. Facilities Location Changes In the event all storage facilities of the Contractor are filled to capacity, the Contractor shall not be relieved of responsibility to perform and is required RFP11 -002 Wrecker Services 26 to make such arrangements for storage as will fulfill the requirements of the City. All storage space used, which is not listed in the original proposal, must meet the requirements of the Contract. No storage space or area shall be used or changed unless prior written approval is obtained from the Police Department. 5. Equipment Contractor shall have access to a certified scale to weigh vehicles at the Police Department's request. Contractor shall have a minimum of eight (8) vehicle skates to allow for the movement and positioning of vehicles for investigative purposes. 6. Towing Service Requests for public towing service and removal of traffic hazards shall be routed through the Police Department or the Code Enforcement Division. The Police Department or the Code Enforcement Division reserves the right to cancel a request for services from Contractor at any time, including up to time of hookup. Except in situations where a vehicle has a police hold, if the registered owner or other legally authorized person in control of the vehicle arrives at the scene prior to the removal or towing of the vehicle, the vehicle shall be disconnected from the towing or removal apparatus, and that person shall be allowed to remove the vehicle without interference upon payment of a reasonable service fee of not more than one half of the posted rate for such towing service for which a receipt shall be issued, unless that person refuses to remove a vehicle which is otherwise illegally or unlawfully parked. The Contractor agrees that the mere response to a service call scene without other action does not constitute a service for which charges are applicable. All vehicles being towed to Contractor's storage compound shall be taken directly to that area. Nothing herein will prevent the owner of a vehicle from selecting his /her own tow service. However, the Officer on the scene may take any action deemed necessary to clear the scene, including, but not limited to, cancellation of a wrecker up to time of hookup upon an unreasonable delay or an emergency condition. The location of the towed vehicles must be retained in the designated compound and removed only with proper authorization from the City of Ocoee Police Department. Should Contractor furnish a wrecker in a higher class than the one required for a particular class of vehicle, the only charges that would be authorized would be those for the proper class of wrecker for vehicle being towed. RFP11 -002 Wrecker Services 27 6.1. Delays The Contractor shall respond to requests for service within thirty (30) minutes of the receipt of request for service. If longer than thirty (30) minutes, a penalty may be imposed. The penalty shall be fifty dollars ($50.00) unless the Contractor has good cause in the opinion of an authorized Police Department Representative or the Contract Administrator. Penalty fees may be imposed following written notification of any delay of service beyond thirty (30) minutes. 7. Cleanup and Debris Removal After arrival at a scene, the tow truck operator shall remove any hazards and /or debris from the street as requested by the Police Officer. 7.1. Removal of Hazardous Waste Spills After arrival at a scene, the tow truck operator shall remove any hazards and /or debris from the street as requested by the Police Department. The Contractor must ensure all tow truck operators that perform hazardous materials cleanup meet all training and prescribed requirements of all applicable laws, rules and regulations. In addition, it shall be the responsibility of the Contractor to properly dispose of all hazardous materials and debris in accordance with all applicable laws, rules and regulations. An additional fee may be charged for hazardous material removal in accordance with the current rates set forth by Ocoee's Towing Fees (Exhibit "C "). 8. Protection of Vehicles and Property In addition to the responsibility of providing security for stored vehicles, Contractor shall assume responsibility for any articles of value left in the vehicle and listed on the property receipt form. Contractor shall replace any such article upon verification of the loss by the designated investigative person representing the Police Department. Contractor shall assume total responsibility to ensure at time of tow that impounded vehicles shall remain in the same condition and retain the same equipment. The Contractor shall also assume responsibility for any articles of value left in the vehicle and listed on the Vehicle Inventory Receipt. Any complaints concerning thefts from a stored vehicle will be investigated by the Police Department and appropriate action taken. Provisions under this section do not preclude any aggrieved party from seeking remedy in the appropriate court. RFP11 -002 Wrecker Services 28 8.1. Weatherproofing of Vehicle If, in the opinion of a Contractor and with the concurrence of the owner and /or the Police Department, the vehicle requires special weather protection, the Contractor will so note it on the vehicle storage receipt and the Contractor shall be required to completely cover the vehicle with a weatherproof material and shall be allowed to charge a one (1) time fee for this service per Ocoee's Towing Fees (Exhibit "C "). No additional charges will be allowed. 9. Release of Vehicles The Contractor shall directly release any vehicle which has not been marked "hold" provided that the proper proof of identification and ownership is presented and payment of appropriate fees is received. Any vehicle tow which is marked "hold" will not be released without written authority from the Police Department. The Contractor shall release any vehicle towed in at the request of the Police Department only to the person whose name appears on the title or registration certificate as the registered owner or lien holder of the vehicle, or to the authorized agent of such person. The vehicles released by the Contractor shall be delivered to the public right of way at no additional charge. This shall include the use of any necessary equipment. Vehicles shall be available for release between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday, and 10:00 a.m. to 2:00 p.m. Saturdays, excluding holidays. 9.1. All motor vehicles which have not been reclaimed must be disposed of according to applicable State, City, and County laws. 10. Viewing of Impounded Vehicles Contractor 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 Contractor. Contractor 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's owner or representative shall be permitted to remove from the vehicle any and all personal possessions not affixed to the vehicle, including but not limited to telephones, tapes, tools, etc., and Contractor shall assist any vehicle's owner /agent in doing so. Vehicle owner /authorized representative shall acknowledge receipt of such property on a form provided by Contractor. No Vehicle marked hold will be allowed viewing or access without written consent of the Ocoee Police Department. RFP11 -002 Wrecker Services 29 11. Equipment Availability If the Contractor sub - contracts, the Contractor is still responsible for meeting all of the requirements of these rules and regulations. 11.1. Contractor must have adequate up -to -date equipment and personnel (including certified drivers) capable of handling all types of vehicles and equipment in the safest possible way and in any situation that may arise to include underwater recovery. 11.2. Contractor shall use all appropriate equipment and safety procedures required to provide the services required of this contract. Failure to use proper equipment and safety precautions for each tow or retrieval constitutes a violation of the contract. 11.3. Contractor shall be responsible for all damages resulting from use of improper procedures and /or equipment. 12. Signage Contractor must post a City approved sign in its facility indicating charges authorized by the City, in accordance with this Contract. The sign must be minimum one (1) inch lettering and permanently and conspicuously posted in the area where the charges are paid to the Contractor. 12.1. The Contractor acknowledges it is an independent contractor and not an authorized agent, partner, affiliate, joint venture or representative of the City. The City is not responsible or liable for the acts, omissions, debts or default of the Contractor or its employees. 12.2. Contractor agrees that its tow sites or issued correspondence will not indicate any official relationship between the Contractor and the City Of Ocoee. 13. Forms The Contractor shall provide standardized, printed, sequentially numbered, City approved triplicate receipt forms listing the nature of the work performed. The rate schedule shall be printed on each copy of the form. The Contractor shall provide a separate invoice for each and every towing service provided under this contract. The basic information contained in the invoice shall include, but not be limited to, the following: A. Date of Service CaII. RFP11 -002 Wrecker Services 30 B. Service call number assigned by City. C. Location where tow originated and destination. D. Vehicle VIN number. E. Vehicle make and model. F. Vehicle license number. G. Driver's name and I.D. number. H. Reason for the tow such as: crash, parking, road blockage, City vehicle, confiscated, abandoned /derelict, etc. I. Breakdown of all towing, recovery, or storage charges. J. The following information shall be printed or stamped on the invoice /receipt and provided to owner when vehicle is picked up: 1. A policy statement concerning rates, policies, and procedures provided by the City. 2. A list of all approved rates. 3. City telephone numbers for questions or complaints regarding the contract. (The type size and content of this information is subject to City approval.) 14. Reports and Owner Notification The Police Officer, Community Service Aide or Code Enforcement Officer on scene will be Responsible for obtaining the information required on the vehicle towing /storage receipt for all Titled vehicles. The Police Officer, Community Service Aide or Code Enforcement Officer is required to submit a report describing the circumstances requiring the dispatch of a tow truck. The wrecker driver shall not remove a vehicle from the scene without a copy of a fully executed and legible receipt. If, at the time of removal, the name of the registered owner of the vehicle is not available, it shall be the responsibility of the Police Department to supply this information to the Contractor upon request. If the state of registration is unknown, the Contractor shall make a good faith effort to notify any potential owner or lien holder, and such notice shall be given with a reasonable period of time from the date of storage. Good faith effort means the following has been performed by the Contractor to establish ownership or interest in the towed vehicle: RFP11 -002 Wrecker Services 31 A. Check of vehicle for any type of tag, tag record, temporary tag, or regular tag. B. Check of Law Enforcement Report for tag number, if the vehicle was towed at the request of a Law Enforcement Officer. C. Check of trip sheet or tow ticket indicating if a tag was on vehicle at beginning of tow. D. If there is no address of the owner on the impound report, check of Law Enforcement Report to see if an out -of -state address is indicated from the driver license information. E. Check of vehicle for inspection sticker or other stickers and decals that may indicate a state of possible registration. F. Check of the interior of the vehicle for any papers that may be in the glove box, trunk, or other areas for a state of registration. 14.1. The Contractor shall maintain a separate log of vehicles in which the owner or lien holder cannot be determined. This log shall be maintained at the tow location listing the date, time, method of notification; location towed from and total towing and storage charges. 14.2. The Contractor shall maintain, at his /her place of business, a file that will contain: 14.2.1. Vehicle towing /storage receipt of each vehicle on premises towed under this contract and proof of ownership notification and invoice of charges for all vehicles released. These receipts will be maintained sequentially according to the Police Case Number or Code Enforcement Case Number. Log of all calls for service on a monthly basis. 14.2.2. Notification log indicating date, time and method of notification to the registered owner of a towed, stored vehicle. Copies of all release forms. 14.2.3. Copies of all forms pertaining to the disposal of vehicles not claimed by owner(s). 14.2.4. A log indicating vehicles to be auctioned, date of auction, name and address of owner and /or lien holder, and date contacted. RFP11 -002 Wrecker Services 32 14.3. The Contract Administrator or designee reserves the right to examine any and all records relative to the contract, and said files and logs shall be available for inspection and checking during normal working hours, during the entire term of this contract and for three (3) years thereafter. 14.4. The Contractor shall supply to the City: a Copy of public notice of sale prior to date of sale, a detailed listing of vehicle serial numbers, tow receipt number, year, make and model number of vehicle, moneys received, purchaser's name and address. 14.5. Copy of paid towing /storage receipt on a monthly basis identified by the towing receipt number. 15. Default and Cancellation 15.1. The occurrence of any of the following events shall constitute cause for canceling the Contract, and the Contract shall in fact automatically terminate upon the following: 15.2. Failing to respond three (3) times during the course of any year to City's request for tows.(A delayed response in excess of thirty (30) minutes may not be considered a failure to respond.) 15.3. The Contractor filing an Adjudication of Insolvency, reorganization or bankruptcy. 15.4. Abandonment of the premises or discontinuance of operation. 15.5. The making of a general assignment for the benefit of creditors. 15.6. Exceeding rates authorized by this Contract. 15.7. An unsatisfactory annual review (by the Contract Administrator) specifying anyone of the following: 15.7.1. Deficient performance. 15.7.2. Criminal Conduct. 15.7.3. Violations of State, Federal or Municipal Laws or Regulations. 15.7.4. Sustained complaints of rude or discourteous service. RFP11 -002 Wrecker Services 33 16. Competency of Contractor Pre - permit inspection of the existing or proposed facilities will be made after the submission of application. Applications shall be considered only from firms experienced in the towing business, and who can produce evidence that they have an established and satisfactory record of performance and have available the required equipment location, size and site and organization sufficient to ensure that they can properly execute the services required: Applicant must have all necessary county and local licenses and permits as may be required to operate the type of requisite business. The applicant is presumed to be familiar with all laws, ordinances, rules and regulations that may, in any way, affect the work. Ignorance of the foregoing on the part of the applicant will in no way relieve it from responsibility. Contractor shall provide standardized, printed sequentially numbered, City approved invoice forms listing the nature of the work performed, for the exclusive use of Police tows, Parking tows or Code Enforcement tows. A legible invoice shall be made for each and every vehicle towed. Contractor shall keep on file for three (3) years copies of all paid invoices, together with Vehicle Storage Receipts and any and all impound logs filed by sequentially incident numbered forms. These records shall be subject to inspection by designated City representatives during normal business hours. Contractor shall comply with all written procedures as issued jointly from time to time by the Parking Enforcement Division, the Police Department and the Code Enforcement Division, which will facilitate the release of towed and /or impounded vehicles to the owner. 17. Vehicle Classifications For charges as stated herein, fees charged shall be based on gross vehicle weight as set forth by Ocoee's Towing Fees (Exhibit "C "): 17.1. Towing Charge(s) - Maximum fee to be charged for towing each class of vehicle as set forth by Ocoee's Towing Fees (Exhibit "C "). This maximum fee shall include services associated with towing, winching, waiting time, overturning or use of a dolly or flatbed for any vehicle subject to tow. Proposer must have the ability to accept credit cards from the customer for the payment of storage and towing charges. *Cancellation after tow services engaged (vehicle not towed from scene) only half of the towing fee may be collected. RFP11 -002 Wrecker Services 34 17.2. Storage Charge(s) - Maximum fee to be charged for storage of each class of vehicle for each twenty -four (24) hour period, or portion thereof, after first six (6) hours, which is included in the above maximum towing fee as set forth by Ocoee's Towing Fees (Exhibit "C "). *Vehicles subject to forfeiture will not accrue storage or towing charges for the first thirty (30) days of storage. Proposer must have the ability to accept credit cards from the customer for the payment of storage and towing charges. 17.3. Service - call fees other than towing - A tow or hook -up fees and service -all fees are separate items. A service -call fee can be charged in addition to the tow service rendered i.e. repair flat or start vehicle. Any service call fee must be approved by vehicle owner prior to service provided. Service call fees are set forth by Ocoee's Towing Fees (Exhibit „ 17.4. Administration (After 48 Hours) Administrative charges referred to and include verification of a vehicle identification number, search of vehicle for ownership information, preparation of documents required by Florida Statutes, preparation and mailing of any applicable notification letters, preparation of vehicle for auction. Contractor must actually perform research to determine ownership of and notification to vehicle owner. Written documentation of the effort to ascertain ownership of the vehicle must be in the form of a TAVIS report and must be made available upon request. Administrative charges shall not be imposed on vehicles with a police hold until or unless the hold is removed and such administrative services become applicable. 18. Annual Performance Review, Inspections and Audits The City may conduct an annual performance review of the Contractor. 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 Contractor 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, Contractor'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 Contractor. RFP11 -002 Wrecker Services 35 The Contractor 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. 19. General Terms 19.1. Any vehicle released at the scene by a Community Service Aide, a Code Enforcement Officer or a Police Officer may be towed to any location at owner or driver's request at towing rates in accordance with Ocoee's Towing Fees (Exhibit "C "). 19.2. Nothing herein will prevent the owner of a vehicle from selecting its own tow service. 19.3. Contractor shall abide by all applicable State, County and Municipal laws and regulations regarding impoundment and storage of vehicles. 20. Crime Victims Exemption If the towed vehicle is determined by the Police Department to be a crime scene and is being held for processing, no towing or storage charges shall be charged to the vehicle's owner. 21. Abandoned and Derelict Vehicles The Contractor may dispose of equipment to compensate for towing and storage charges after all responsibilities called for in accordance with Florida Statutes 713. The Contractor agrees to maintain a log at the place of business listing date, time, and method of notification. 22. Florida Statute Towing /Storage Guidelines Contractor will be required to follow the guidelines set forth in Florida State Statute 713.78 as it may be amended from time to time regarding liens for towing and storage. Contract will be required to comply with Florida State Statute 323.002 for municipal towing. 23. Equipment Requirements If awarded a contract, the Contractor is to provide the minimum number of wreckers in each classification listed below in accordance with the Rules of the Department of Highway Safety and Motor Vehicles Division of Florida Highway Patrol Wrecker Qualifications and Allocation System. RFP11 -002 Wrecker Services 36 Additional wreckers of a higher class may be substituted to meet the requirements for a lower class vehicle. If additional wreckers in any or all classes are required to handle the volume of tows requested under this contract, the Contractor is to provide them at no cost to the City. Contractor agrees to maintain a sufficient fleet of tow trucks and necessary equipment to perform the total contract service requirements, plus all other business including law enforcement and commercial. The City will be given preference on any call for service. All equipment shall be modern, commercially manufactured, and in good mechanical condition. No towing service equipment shall be used by the Contractor as an emergency vehicle. All towing vehicles must be equipped with a two -way radio or similar devise capable of covering all assigned territory and to the Contractor's Compound. Contractor shall have full control and total availability of all equipment listed below in his /her contract inventory. A. Class "A" Towing /Recovery Vehicle Specifications Quantity: 2, including flatbed car carriers 1. A truck chassis with a manufacturers rated capacity of at least 10,000 pounds gross vehicle weight. A complete commercially manufactured crane and winch having a manufacturers rating of at least 4+ tons must be mounted on the chassis. Hand crank winches do not satisfy these requirements and will not be approved. 2. A minimum of one hundred feet of 3/8 -inch cable. 3. Cradle or tow plate or tow sling to pick up vehicles. The cradle or tow plate is to be equipped with safety chains and so constructed that no further damage will occur when picking up vehicles. 4. Dual rear tires. 5. Vehicles, which are equipped with wheel lifts or equivalent, may also qualify as Class "A" tow trucks so long as all other applicable requirements are met. 6. In addition, Contractors should have sufficient roll -back or slide back car carriers with specifications and equipment as follows: A minimum of a one - ton truck with a sixteen foot bed, dual wheels and one winch with an 8,000 pound capacity. A minimum of 50 feet of 3/8 -inch cable. A brake lock RFP11 -002 Wrecker Services 37 device. A minimum of two safeties tie down chains twenty feet in length. Tow spot (flood) lights mounted on the rear. B. Class "B" Towing /Recovery Vehicle Specifications Quantity: 1 1. A truck chassis with a minimum manufacturer's capacity of 15,000 pounds GVW.A total boom capacity of not less than 6 tons. A power winch with a pulling capacity of not less than 10 tons 2. Minimum of 200 feet of at least 7/16 inch cable. 3. Cradle tow or tow sling to pick up vehicles. Cradle or tow plate to be equipped with safety chains 4. Double booms so constructed as to permit splitting or single boom, hydraulic elevated and extendible with 360 degrees swivel at end of boom 5. Dual rear tires. • 6. Two snatch blocks — eight (8) ton rating. 7. Floor lights on the hoist. C. Class "C" Towing /Recovery Vehicle Specifications Quantity: 1 1. A truck chassis with a manufacturers rated capacity of at least 30,000 pounds gross vehicle weight for single axle trucks and 50,000 pounds gross vehicle weight for tandem axle trucks. A complete twin winch, commercially manufactured crane and a winch having a manufacturers rating of at least 25+ ton capacity mounted on the chassis. 2. A minimum of two hundred (200) feet of at least 5/8 -inch cable on each drum. 3. Air brakes so constructed as to lock the rear wheels automatically upon failure. 4. Air brake system to supply air to disabled vehicles. 5. A cradle or tow plate or tow sling to pick up vehicle. The cradle or tow plate or tow sling is to be equipped with safety chain and so constructed that no further damage will occur when picking up vehicles. RFP11 -002 Wrecker Services 38 6. Dual rear wheels. D. Special Equipment: Equipment such as a Lowboy, air cushions, or major street clean up equipment does not have to be part of the Contractor's inventory. However, Contractor must demonstrate, to the satisfaction of the City, that such equipment is immediately available to them when the need for this infrequently used equipment occurs. Lowboy specifications: 1. Hydraulic roll back, flatbed, tilt, self - loading with 50,000 minimum capacities. 60,000 pounds GVW. 2. Hydraulic winch capacity of 10,000 pounds minimum. 3. Size: 48 feet long and 102" wide. 4. Contractor must have access to a certified scale capable of weighing vehicles involved in serious or fatal accidents at the request of the investigator. Note: The COMPANY will be required to have a minimum of two (2) vehicles available at all times to respond within thirty (30) minutes to an emergency scene, on a twenty -four (24) hour basis, seven (7) days a week, to assist the Ocoee Police or Fire Departments with extrication. E. Miscellaneous Requirements 1. Wreckers shall be properly equipped with clearance and marker lights and all other equipment as required by the Florida Statutes. 2. There shall be a rotor beam or strobe type light, amber in color, mounted on the wrecker in such a manner that it can be seen from the front, rear and both sides. 3. Dollies for all vehicles except for Class "C" and roll back carriers. 4. At least one heavy duty push broom with a minimum width of 24 inches on each vehicle. 5. Flood light on the hoist. 6. Minimum of one square shovel per each vehicle. 7. One crowbar or pry bar with a minimum length of thirty (30) inches per vehicle. RFP11 -002 Wrecker Services • 39 8. A minimum of one 5 pound CO2, or dry chemical fire extinguisher or equivalent. The extinguisher must be of an approved type and have attached a current inspection tag. The extinguisher must be mounted so as to be readily accessible on every vehicle 9. One pair of bolt cutters with a minimum 1 /2 inch opening per vehicle. 10. One set of jumper cables per vehicle. 11. One four -way lug wrench per vehicle. 12. One flashlight per vehicle. 13. Five thirty (30) minute fuses per vehicle. 14. One snatch block for each winch, manufacturers rating to match winch, except for roll back carrier. 15. External air hookup and hoses for Class "C" trucks. 16. Extra towing chain six to eight feet in length with hooks per vehicle. 17. At least six safety cones or triangle reflectors per vehicle. 18. Fifty pounds of sand or suitable equivalent per vehicle. 19. Motorcycle trailer. (Remainder of page left blank intentionally.) RFP11 -002 Wrecker Services 40 EXHIBIT "B" PROPOSAL FORM SERVICE RATES The maximum rates to be charged for vehicles or trailer owners or their designees for towing, Storage and standby wrecker service as a specified in Exhibit "C ". Services are to be provided at no charge to the vehicle or trailer, owner or his designee whenever service was requested in error pursuant to an Ocoee Police Department request. Such charges are to be billed to the Ocoee Police Department at the rates as specified herein. THERE WILL BE NO CHARGE FOR TOWING VEHICLES OR TRAILERS SEIZED FOR FORFEITURE. AT THE REQUEST OF CITY PERSONNEL / NON -CITY OWNED VEHICLES (Estimated 740 tows annually) CATEGORY ONE - LIGHT 1. Class A: Standard Tow — Towing Passenger Cars, Trailers, Trucks, and Special Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters, up to 10 miles: Rate $ 1 I 0 © d per tow, per vehicle or trailer. Each additional mile over 10 miles is $ 4 per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer$ Administrative Fee (after 48 hours) $ C� Time on scene (after first 30 minutes) per quarter hour $ ,0 2. Class B: Standard Tow - Towing Trucks, Trailers and Special Service Vehicles, over 10,001 pounds GVW up to 19,500 pounds GVW, up to 10 miles. A J a© Rate $ per tow, per vehicle or trailer. Each additional mile overl0 miles is $ per mile, per tow, per vehicle or trailer. CJ® Storage per day per vehicle or trailer$ 3 0 Administrative Fee (after 48 hours) $ .� RFP11 -002 Wrecker Services 41 Time on scene (after first 30 minutes) per quarter hour $ 620 CATEGORY TWO - HEAVY 3. Class C: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles, Over 19,500 pounds GVW up to25, 000 pounds GVW, up to 10 miles: Rate $ . 5 cxz per tow, per vehicle or trailer. O Each additional mile over 10 miles is $ � "' per mile, per tow, per vehicle or trailer. c Storage per day per vehicle or trailer$ / ry 5 -- Administrative Fee (after 48 hours) $ CO Time on scene (after first 30 minutes) per quarter hour $ 75< 4. Class D: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles over 25,000 pounds GVW, up to 10 miles: 60 Rate $ ' per tow, per vehicle or trailer. � Each additional mile over 10 miles is $ QG- per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer$ 75 Q Administrative Fee (after 48 hours) $ 50 Time on scene (after first 30 minutes) per quarter hour $1 A STORAGE RATE The daily rate for storing a vehicle in storage is based on a Twenty -four (24) hour day. The first six (6) hours of each storage shall be free (i.e., from time of arrival at the storage facility through the sixth hour thereafter).Subsequently, and for each twenty -four (24) hour or portion thereof, a storage fee may be assessed in accordance with the bid. The maximum rates the Vendor is to charge vehicle or trailer owners or their designees for storage is as specified in Exhibit "C". THERE WILL BE NO CHARGE FOR STORAGE FOR VEHICLES OR TRAILERS SEIZED FOR FORFEITURE IF THE OCOEE POLICE DEPARTMENT OBTAINS A FINAL JUDGEMENT OR FORFEITURE. RFP11 -002 Wrecker Services 42 HOURLY CHARGE In addition to the maximum rates charged owners or their designees for towing services, the Vendor is allowed to charge a additional rate as specified below to cover all charges for any and all additional equipment including additional .tow trucks, tools and consumable items to perform any and all of the following: Servicing rollovers or submerged vehicles or trailers. Dropping (releasing) drive shafts on vehicles over one (1) ton only. Removing bumpers on vehicles one (1) ton and over only. Airing up brakes. Providing air bags. Note: 1. The Vendor is not allowed to charge separately for each of the above items; only one additional hourly rate is to be charged regardless of the number of circumstances involved and services performed. 2. The Vendor is not allowed to charge in addition to the tow fee for: Dropping (releasing) drive shafts on vehicles up to one (1) ton, or for Double hookups. HOURLY RATE CHARGE FOR ADDITIONAL EQUIPMENT AND CONSUMABLES CATEGORY ONE - LIGHT CO $ 1 Au -- per hour for Passenger Cars, Trailers, Trucks, and Special. Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters. $ SO O�. per hour for Towing Trucks, Trailers and Special- Service Vehicles, over 10,001 pounds GV\N up to 19,500 pounds GV\N. CATEGORY TWO — HEAVY $ 315 -( per hour for Towing Trucks, trailers, and Special Service Vehicles, over 19,500 pounds GVW up to 25,000GVW $ 6-6 per hour for Towing Trucks, trailers, and Special Service Vehicles, over 25,000 pounds. RFP11 -002 Wrecker Services 43 AIR BAGS $ 750 °O— per hour for use of air bags for trucks and special service vehicles over two and one -half (2.5) tons. FIXED RATE CHARGES In addition to maximum rates charged owners or their designees for towing services, the Vendor is allowed to charge an additional fixed fee of $ it)/C.., per tow to utilize dollies. At the request of the City, written justification is to be submitted for use of dollies under circumstances in question by the City. WAITING TIME The Vendor may charge for waiting time after the first (30) minutes at the hourly rate specified in this section on a pro -rate basis in fifteen (15) minute increments as further specified below: Total Waiting Time Pro -Rata After the First Thirty Minute- Amount$ 25 .00 31 to 45 minutes - One quarter of the hourly rate. 46 to 60 minutes - One half the hourly rate. 61 to 75 minutes - Three quarters the hourly rate. 76 to 90 minutes - One full hourly rate. ADDITIONAL SERVICES The Vendor is to respond to request from the Ocoee Police Department officer at the scene to unlock a vehicle door by means of a slim Jim or other similar device when no tow is required. The Vendor agrees to charge a flat fixed fee specified below to unlock vehicles when no tow is required: The Flat Fixed Fee to Unlock Vehicle Doors is $ 1it If the Vendor is unable to unlock the vehicle door(s), no charge for this service is to be incurred by either the city or the vehicle owner or his designee. The Vendor agrees to charge a fixed flat Fee specified below to weatherproof a vehicle when advised to do so by the owner and/ or the Ocoee Police department of $ g5' 622. The Vendor agrees to charge a flat fixed Fee to Immobilize (Booting) a vehicle of $ )50 The vendor agrees to charge only the actual cost incurred for Hazardous waste removal. Documentation will be provided upon request. RFP11 - 002 Wrecker Services 44 WINCH RECOVERY (Vehicle not towed and all times are for actually on scene) CATEGORY ONE - LIGHT Class A for first 30 minutes. $ Each additional 30 minutes $ Class B for the first 30 minutes $ 50 dd Each additional 30 minutes $ l cRO CATEGORY TWO - HEAVY Class C for the first 30 minutes $ 376e- Each additional 30 minutes $ j5 Class D for the first 30 minutes $ „,/ UU Each additional 30 minutes $ (Remainder of page left blank intentionally.) RFP11 -002 Wrecker Services 45 AT THE REQUEST OF CITY PERSONNEL / CITY OWNED VEHICLES (Estimated 85 tows annually) The maximum rates to be charged the City for towing, road service or storage services for any vehicle or trailer which is owned, operated, or leased by the City (except leased vehicles or trailers where the leaser is responsible for the required towing) from its point of disability (whether same be within the City or in an outlying area within Orange or Seminole or Lake County, usual and customary to the particular usage of the vehicle by the City) to any point within the City, as may be directed. CATEGORY ONE - LIGHT Class A: Standard Tow - Towing Passenger Cars, Trailers, Trucks, and Special Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters, up to 10 miles: Rate $ /U�= per tow, per vehicle or trailer. Each additional mile over 10 miles is $ q per mile, per tow, per vehicle or trailer. Class B: Standard Tow - Towing Trucks, Trailers and Special Service Vehicles, over 10,001 pounds GV\N up to 19,500 pounds GVIN, up to 10 miles: Rate $ per tow, per vehicle or trailer. Each additional mile over 10 miles is $ per mile, per tow, per vehicle or trailer. CATEGORY TWO - HEAVY Class C: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles, over 19,500 pounds GVIN up to 25,000 pounds GVW, up to 10 miles: Rate $ N ��. per tow, per vehicle or trailer. ll d Each additional mile over 10 miles is $ (0 f � per mile, per tow, per vehicle or trailer. RFP11 -002 Wrecker Services 46 Class D: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles, over 25,000 pounds GVW, up to 10 miles: Rate $ A) / G- per tow, per vehicle or trailer. Each additional mile over 10 miles is $ ! QD per mile, per tow, per vehicle or trailer. THE CITY -WILL NOT ACCEPT ADDITIONAL CHARGES FOR ANY TOWING SERVICES PROVIDED. STORAGE RATE The daily rate for storing a vehicle is based on a twenty -four (24) hour day. The first six (6) hours of each storage shall be free (i.e., from time of arrival at the storage facility through the sixth hour thereafter). Subsequently, and for each twenty -four (24) hour or portion thereof, a storage fee may be assessed in accordance with the bid. The maximum rates the Vendor is to charge a vehicle or trailer owned by the City of Ocoee for storage is: 1. General Storage rate for a City of Ocoee vehicle per space on a twenty -four (24) hour basis is: $ /O /e__ . ROAD SERVICES The Vendor is allowed to charge a fixed flat rate for road Services as specified below: Battery Boost $ Tire Changing $ /L) /..._ (Remainder of page left blank intentionally.) RFP11 -002 Wrecker Services 47 EXHIBIT "C" OCOEE'S TOWING FEES TOWING FEES FOR NON CONSENT TOWS (I.P. TOWING) CATEGORIES AND MAXIMUM FEES FOR RECOVERY, TOWING, REMOVINGS, STORING OR IMMOBILIZATION OF VEHICLES ON PRIVATE PROPERTY Regulation Established The fees established below are the maximum dollar amounts that business enterprises are authorized to charge as fees to vehicle owners for recovering, towing, removing, or storing vehicles, which are taken into possession of business enterprises, or for the immobilization of vehicles. The definitions in the Towing and Immobilization Company Regulating Ordinance shall be applicable to this regulation. I. Categories and Fee Maximum fees for towing, removing, or storing vehicles with a gross vehicle weight rating of Tess than 10,000 lbs. without regard to the classification of the towing vehicle, removed from other than private property, including tows directly by law enforcement or other municipal agencies. 1. Class A: Towed vehicle gross vehicle rating Tess than 10,000 lbs. (a) Towing: $120.00. (b) Time on scene after 30 minutes- $15.00 per quarter hour. (c) Storage per day $ 20.00. (d) Administration Fee (after 48 hours) $ 50.00. (e) Mileage over 10 miles $3.00 per full mile. 2. Class B: Vehicle in tow has a gross vehicle weight rating of 10,000 lbs. but less than 19,500 lbs. (a), Towing $220.00. (b) Storage, per day $ 30.00. (c) Time on scene after 30 minutes $50.00 per quarter hour. (d) Administration Fee (after 48 hours) $ 50.00. (e) Mileage after 10 miles- $4.00 per full mile. 3. Class C: Vehicle in tow has a gross vehicle weight rating of 19,500 lbs. but Tess than 25,000 lbs. RFP11 - 002 Wrecker Services 48 (a) Towing $330.00. (b) Storage, per day $ 60.00. (c) Time on scene after first 30 minutes - $75.00 per quarter hour. (d) Administration Fee (after 48 hours) $ 50.00. (e) Mileage after first 10 miles $5.00 per full mile. 4. Class D: Vehicle in tow has a gross vehicle weight rating greater than 25,000 lbs. (a) Towing $440.00. (b) Storage, per day $ 60.00. (c) Time on scene after 30 minutes - $100.00 per quarter hour. (d) Administration Fee (after 48 hours) $ 60.00. (e) Mileage after 10 miles- $6.00 per full mile. ALL ACTUAL COST INCURRED IN OBTAINING OWERSHIP INFORMATION AND PROVIDING NOTICE. *Applicable only when company providing service must actually perform research to determine ownership of and notification to vehicle owner, lien holders or insurance companies. Written documentation of the effort to ascertain ownership of the vehicle must be in the form of a TAVIS report or similar documentation and be made available for inspection by the City upon request. Costs shall mean actual fees charged by the State of Florida for obtaining ownership information and shall include the cost of actual postage fees, advertising fees (if more than a single vehicle is advertised in the same advertisement the cost of the advertisement shall be prorated per vehicle), and title search for out -of -state vehicles. Proof of all costs incurred by company must be made available for inspection by the City upon request. Winch Recovery (Vehicle not towed and all times are for time actually on the scene). (1) Class "A" Vehicle: A. First 30 minutes $100.00. B. Each additional 30 minutes $50.00. (2) Class "B" Vehicle: A. First 30 minutes per truck $175.00. B. Each additional 30minutes$87.50. RFP11 -002 Wrecker Services 49 (3) Class "C" Vehicle: A. First 30 minutes per truck $300.00. B. Each additional 30minutes$150.00. (4) Class "D" Vehicle: A. First 30 minutes per truck $400.00. B. Each additional 30minutes$200.00. Immobilization (Booting). Twenty -Five Dollars ($25.00) per vehicle is hereby fixed as the maximum fee for each immobilization (booting) for any vehicle. II. Recovery Pursuant to Section 715.07(2) (a), 3. Florida Statutes, the vehicle shall be disconnected from the towing apparatus upon the payment of not more than one -half of the rate for towing service. For all classifications of vehicle recovery, where the vehicle is released at the scene, the maximum fee for the category of recovery shall be one -half of the applicable towing rates established by the vehicle's maximum gross vehicle weight rate under Item # 1, Categories and Fees. The category of recovery is hereby established and defined as follows: to take possession of a vehicle and its contents and to exercise control and supervision over the vehicle. This category is established to provide for those occasions where the vehicle owner arrives at the towing scene before towing and removal, or in the case of a non - consensual tow, where the recovery is directed by law or municipal enforcement. III. Storage Pursuant to Section 713.78 (2), Florida Statues, no storage fee shall be charged if the vehicle removed is stored for less than six (6) hours. Vehicle storage begins at the time the vehicle arrives at the storage facility and charges are based on each day which shall mean each consecutive twenty -four hour period from the time of arrival. The category of Storage for Vehicles removed at the request of an authorized agent, property owner or law enforcement officer, derived from the Ordinance definition of "store ", is hereby established and defined as follows: To place and to leave a vehicle towed at the direction of an agent authorized to make the direction to a site where the towing company, or a person on the initiation of the towing company, exercises control and supervision over the vehicle. IV. Exclusive Fees The amount of fees and the fee categories established by this Part shall be exclusive fees. In other words, there shall be no other fees or categories of service that business enterprises, may demand and collect from vehicle owners. V. Towing Rates The rates herein are based upon rates charge by Orange County. Shall Orange County rates be amended; the City Of Ocoee reserves the right to also amend rates herein. RFP11 -002 Wrecker Services 50 VI. Personal Property An owner of a vehicle shall be allowed to remove personal unattached property from their vehicle on a "one time" only basis at no additional charge. An additional charge of twenty dollars ($20.00) may be assessed for each subsequent request to remove personal unattached property. No other charges may be imposed. (Remainder of page left blank intentionally.) RFP11 - 002 Wrecker Services 51 RFP #11 -002 COMPANY INFORMATION & SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/ FEE RATES PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. �t0hN5Q/(1.15/1)ree%i 3e v ee .2,d, 4b 7.- A q,1 5 COMPANY NAME TELEPHONE (INCLUDE AREA CODE) 1-1.1r 54,(9 - - 7 7 / FAX (INCLUDE AREA CODE) /� 0 iN a goi}/�,G. e M l E -MAIL ADDRESS / _,J ./ IF REMITTANCE ADDRESS IS DIFFERENT AUT O t� ZED SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS, r f/ PLEASE INDICATE BELOW: feee #C/ 1-vie/s c e NAME /TITLE (PLEASE PRINT) 66t GO ;1,.)e e. ,9veitoe STREET ADDRESS DR.L/Ndo t1. ii S'd CITY STATE ZIP FEDERAL ID # 61- / (p &5 --- 439 Individual; V Corporation; Partnership; Other (Specify) Sworn to and subscribed bef re me this f day of Sepi'Mbe � .. , 201L. Personally Known V or Produced Identification Notary Public - State of / f /L. County of pkiii- r e> (Type of Identification) *p<►��n„P:!€,c JOAN C.SERMON _‘.0 & //LO frit) * Z _, _ * MY COMMISSION #DD787127 Sid a e of Notary Public as. 11111 EXPIRES: May 19, 2012 i e x- N C.k2emn.09 ''FOp me � Bonded Nu Budget Notary Seivicei Printed, typed or stamped Commissioned name of Notary Public RFP 11-002 Wrecker Services 52 JOHNSON'S WRECKER SERVICE, INC. SUBMITTALS: Section 1— Company Information The company was started January 1967 with the purchase of Pine Hills Gulf Service Station at on West Colonial Drive in Pine Hills. Wreckers were purchased and added to the business. In 1975 the company incorporated as Johnson's Wrecker Service,Inc.. Property was purchased to build a wrecker service. In 1976 the wrecker service was opened at 500 Wilmer Ave. Orlando and the service station was eventually sold and all attention was turned to operating a towing, recovery and storage business. The Wilmer Ave. location was the main location for the service and storage yard with an acre and half of property for the storage yard. In 1989 the property and building on the North side of the business at 520 Wilmer Ave. was purchased and incorporated into the business adding more storage property and building space. In 2006 we purchased the property at 580 Wilmer Ave. adding parking, a warehouse building and a 5,000 sq. ft. office center giving the business over four acres to operate on. In addition to the Wilmer Ave. property the company also has an additional storage lot on W. South St. and a satellite location of approximately 10 acres on Narcoossee Rd in East Orange County. The business is a family run business with all members taking part in the day to day operation of the business. The principal compound is located at 580 Wilmer Ave, Orlando. This location houses the business offices, dispatch center, main call center and storage facilities. Vehicles are released from this location. The outside storage area with hold approximately 500 vehicles. We have inside storage for approximately 20 + vehicles and 5 light -tight inside storage spaces for special processing. The main office is open 7:OOam until 7:OOpm Monday through Friday, 8:OOam until 5:00pm on Saturday for normal business and release of vehicles. The facility is completely fenced with electric gates at all entrances. There are 24 security cameras on property which are monitored at our dispatch center. The facility is manned 24 hours a day, 7 days a week. We have dispatcher and drivers on property at all times. Law Enforcement has access to the property to inspect vehicles at all times. The following is a list of the Officers of the Corporation. All work in the operation of the company, have knowledge of this contract and have had input into this proposal. The main contact for questions of this contract will be Darrell Johnson, Jr. and Dennis Johnson. Any of the officers can answer any questions you may have. Darrell Johnson, Sr. — President — Started company in 1967. He has 44 years experience with the towing business. He was one of the founding members of the Professional Wrecker Operators of Florida. He has attended numerous training classes. Jacqueline Johnson — CEO — Started with the company in 967, has 44 years experience with daily operations in the business office. Handles administrative tasks for the company. Darrell Johnson, Jr. — Vice President — 30 years with company. Has worked in all aspects of the wrecker service, has attended, scheduled, and presented training classes for our industry. Darlene Johnson — Secretary — 27 years with company. Handles daily operations of business office including human resources and vehicle disposition. Dorie Johnson — Treasure — 24 years with company. Handles daily operations of business office including payables, payroll and employee scheduling. Dennis Johnson —16 years with company. Handles daily operations of business office including safety programs, hiring and scheduling. The corporation has occupational licenses for all locations with Orange County and the City of Orlando. It has peddler license to tow vehicles from Orlando. It has a Dealers License with the FDMV. Locations are certified in the Green Yard Program through the State and County Environmental Protection Agency. Is a member of the Professional Wrecker Operators of Florida. The following are our firm's sub - contractors and requested information: Maintenance of Traffic: Sunbelt Rentals Traffic Safety, 5340 Old Winter Garden Rd. Orlando, FL 32808 407 - 294 -1967 58- 0415192 Disposal Company: Whisper Winds — Mark Strawder — 411 Ocoee - Apopka Road Ocoee, FL 34761 407 - 8770116 59- 2844203 Dumpsters, Dump trucks, Sand, Laborers, Trailers and Heavy Equipment C & W Trucking 703 Hennis Road Winter Garden FL 34787 407 - 877 -2600 26- 2768790 Dumpsters, Dump Trucks, and Box Trailers Vacuum and Suction Service: Total Enviro Services, Inc 303 West 40 Street Orlando, FL Industrial and Hazardous Waste Pumping Crane Service: Crane Rental of Orlando 170 North Goldenrod Road Orlando, FL 32807 407 - 277 -5000 59- 1902497 All Sizes of Cranes Environmental Service: Incident Management Solutions — Dave Yeager — P.O.Box 391 Minneola, FL 34755 1- 866- 734 -5796 54- 2079941 MOT and Emergency Spill Response Please see attached list for equipment. Section 2 — Company Experience /References /Qualifications The following are contracts or agreements which are currently in force: Orange County Sheriff's Office — Towing contracts for West Orange County and East Orange County, Florida Highway Patrol Orlando — On rotation for towing in Orange County Florida Highway Patrol Turnpike — Contract for towing portions of Turnpike Florida Department of Transportation — Contract for RISC program on portions of Turnpike City of Orlando — Contract for towing for the Orlando Police Department and City of Orlando covering the entire city. Orange County Fleet — Contract for towing fleet vehicles. Client References Florida Turnpike Enterprise — Edward "Mac" McKissack — 954- 934 -1131 e -mail — Edward.mckissackAdod.state.fl.us Florida Highway Patrol Orlando — Lt. Solomon Heard — 407 -538 -7070 e -mail — solomonheard @flhsmv.gov City of Orlando /Orlando Police Department — Lt. Laura Houston — 407 - 246 -2479 City of Orlando Fleet — Michael Belanger — 407 - 246 -3864 e -mail — michael.belanger@cityoforlando.net Orange County Fleet Maintenance — Buddy Jaeb — 407 - 836 -8222 e -mail — buddyjaeb@ocfl.net Litigation Summary — Please see attached "Claims and/or Complaints Filed Against Johnson's Wrecker Service, Inc. for the Last Five Years" Section 3 — Proposal Proposed Service Rates — See attached Exhibit B Proposal Form Proposed Implementation Plan/Technical Approach Johnson's Wrecker Service, Inc. has worked with Law Enforcement since it was formed. We are looking to open another location in the West Orange area. We have been looking at property in the Ocoee / Winter Garden Area. Until that time we have good access to the main roads and interstates from our present location to make travel time sufficient to meet your needs. We have provided our drivers with training and certification in the class vehicle that they drive and will continue to provide them with classes they need. We have the experience and know how to handle the requirements of your contract. We are constantly updating and replacing our equipment to keep up with the latest technology. We have trained supervisors at all times to handle any questions about the contract and one or more of the corporate officers are available. We have over 50 employees with varying years of employment, training and experience to meet the needs of the Ocoee contract. We look forward to possibly working with your City. Record and Billing Procedures All of our record keeping is done with computers and all of our records are kept in house on our property. Our office staff is trained in record keeping and billing procedures. We have various accounts with different needs in there accounting. We handle most means of payment on our accounts. Most accounts are billed monthly. All of our accounting and record keeping is handled in house by our employees. CLAIMS AND /OR COMPLAINT FILED AGAINST JOHNSON'S WRECKER SERVICES, INC. FOR THE LAST FIVE YEARS 02/14/07 Mr. Rick Moonier filed a complaint about the treatment he got over the telephone. A letter from our attorney was written in reply. There was no follow up by Mr. Moonier. 07/02/07 On July 2, 2007 a Writ of Replevin was filed Pro Se by Mr. Scott against Johnson's and others. Johnson's has never been served with that complaint. A Motion to Dismiss has been pending since February 8, 2011. 01/09/09 Antonio Liz. Filed a small claims court claim seeking damages for the lien placed on him by the state for failure to pay a towing lien. Mr. Liz claimed that the towing was improper. The Court tried the issue and found for Johnson's and against Mr. Liz. 07/20/09 Mr. McClauskey made complaints to Johnson's about picking up his car and the ultimate sale of same when he refused to make payments on the towing and storage. He kept complaining to them, time and time again, to the point Johnson's attorney had to write them a letter telling him not to make any contact with Johnson's or to trespass on their property. No suit was filed. 02/18/09 Response Worldwide Direct Auto Insurance. They demanded reimbursement for damages to an insured vehicle that was towed by Johnson's. A response letter was written by Johnson's attorney. Nothing further happened on the matter. The case was closed on March 19, 2009. 03/28/09 Ms. Ewing filed a letter of complaint against Johnson's on March 28, 2009. A letter of reply was filed by Johnson's attorney. Ms. Ewing's insurance company followed up with a letter for reimbursement and never pursued the matter after contact by Johnson's attorney. 02/15/10 On February 15, 2010 Mr. Shabazz filed a Federal suit for civil rights violation against Johnson's, the Orange County Sheriff's Department and a deputy sheriff. The case against Johnson's was dismissed by the Court on a Motion for Summary Judgment on June 15, 2011. 02/17/10 On February 17, 2010 a Mr. Burton filed a claim for improper holding of a vehicle and damages for holding same. The hold was placed by the Orlando Police Department. The city settled the claim. 05/16/11 On May 16, 2011, Mr. Vereen filed a Pro Se complaint in County Court against the City of Orlando and Johnson's Wrecker. Johnson's has never been served with a complaint. It dealt with an improper tow issued based on directions from the City of Orlando. All statutory procedures were followed by Johnson's. 06/09/11 On June 9, 2011 there was an accident of an owner of a motorcycle while putting the motorcycle on a flatbed tow truck. The motorcycle fell on the owner's leg and he was injured. Johnson's insurance company is handling the matter. 07/12/11 Mr. McLaughlin sought relief from the sale of a crane towed and ultimately sold by Johnson's to pay the towing and storage of said lien. Mr. McLaughlin filed suit, Pro Se, on July 12, 2011. A Motion to Dismiss has been filed on behalf of Johnson's and not scheduled for hearing. Mr. McLaughlin has had a number of attorneys. The most recent attorney backed out of the case, and Mr. McLaughlin filed without an attorney in July. This claim has no merit. 07/19/11 Mr. Holtzapple, through his attorney, complained about a hold on a vehicle at Johnson's. The hold was placed by Orlando Police Department, and Johnson's had no alternative other than to hold the vehicle until released. The attorney from Mr. Holtzapple has been advised of same. The hold was placed on July 19, 2011. JOHNSON'S WRECKER SERVICE INC EQUIPMENT LIST UNIT # Class Model /Year Manufacturer 101 - 75Ton Rotator DR 2010 Peterbuilt Century 701- 75 Ton Rotator DR 2007 Peterbuilt Century 702 75 Ton Rotator DR 2007 Peterbuilt Century 33 50 ton Wrecker D 2004 Peterbuilt Century 34 50 ton Wrecker D 2003 Kenworth Century 52 50 ton wrecker D 2005 Kenworth Century 04 50 ton Wrecker D 2001 Kenworth Century 40 Car Carrier 26' BC 1999 Sterling Jerr -Dan 83 Car Carrier 28' BC 2001 Freightliner Jerr -Dan 16 Car Carrier 19' A/B 2004 International 4300 Century 36 Car Carrier 21' A/B 2005 International 4300 Jerr -Dan 51 Car Carrier 21' A/B 2005 International 4300 Century 61 Car Carrier 19' A/.B 1996 International 4700 Jerr -Dan 64 Car Carrier 21' A/B 2006 Ford 650 Jerr -Dan 65 Car Carrier 21' A/B 2006 Ford 650 Jerr -Dan 66 Car Carrier 21' A/B 2006 Ford 650 Jerr -Dan 67 Car Carrier 21' A/B 2006 Ford 650 Jerr -Dan 70 Car Carrier 21' A/B 2007 Ford 650 Jerr -Dan 71 Car Carrier 21' A/B 2007 Ford 650 Jerr -Dan 74 Car Carrier 21' A/B 2007 Ford 650 Jerr -Dan 76 Car Carrier 21' A/B 2007 Ford 650 Jerr -Dan 90 Car Carrier 21' A/B 2008 Ford 650 Jerr -Dan 93 Car Carrier 21' A/B 2009 Ford 650 Champion 94 Car Carrier 21' A/B 2009 Ford 6.50 Champion 15 Car Carrier 21' A/B 2003 Sterling Champion. 09 Car Carrier 19' 4x4 A 2005 Ford 550 Jerr -Dan 00 Wheel lift A/B 2000 Ford 550 AWLS 01 Wheel Lift A 2000 Ford 350 AWLS 06 Wheel Lift A 2002 Ford 350 AWLS 07 Wheel Lift A 2002 Ford 350 AWLS 91 Wheel Lift A / B 1991 Ford 550 AWLS 82 Wheel Lift A 1997 Ford 450 AWLS 72 Wheel Lift A/B 2006 Ford 450 AWLS 73 Wheel Lift A/B 2006 Ford 450 Jerr -Dan. 75 Wheel Lift A/B 2006 Ford 450 Vulcan. 84 Wrecker A/B 2008 Sterling Vulcan 68 Wheel Lift A/B 2006 Ford 550 Century 45 Wheel Lift 4x4 A 1994 Ford 350 Century 48 Wheel Lift A 2005 Ford 350 Century 80 Wheel Lift A 2008 Dodge 3500 Jerr -Dan 63B Wrecker 14 Ton. B/C 2006 International 4400 Jerr -Dan 92B Wrecker 16 Ton B/C 2006 Ford 750 Century 85B Wrecker 16 Ton B/C 2006 Ford 750 Jerr -Dan 41 Road Tractor 2003 Sterling Lowboy 84 Road Tractor 2005 Peterbuilt Lowboy 05 Road Tractor 2000 Sterling Lowboy 53 Road Tractor 2005 International Lowboy 54 Road Tractor 2005 International Lowboy T1 53' Lowboy Trailer 2001 Landoll 50 Ton T5 53' Lowboy Trailer 2004 Landoll 35 Ton T7 53' Lowboy Trailer 2008 Landoll 35 Ton T3 Detach Trailer 1993 Empi 50 Ton T6 Detach Trailer 2007 Fontaine 50 Ton M/C 1 Motor Cycle Trailer 2000 Custom M/C 2 Motor Cycle Trailer 2002 Custom Air Cushion Recover Trailer 2002 Wells Cargo Bobcat w /attachments 2004 Bobcat T300 Bobcat w /attachments 1998 Bobcat 763 36/ Bobcat Trailer 2010 Allpro 95 Traffic Control Truck 2008 Sterling 5500 Fork Lift Hyster 50001b lift Fork Lift Yale 50001b lift Fork Lift Nissan 50001b lift Front -end Loader Kawasaki 250 w /attachments Front -end Loader John. Deere 644 w /attachments 46 Spill Control Truck 1992 . Ford 350 Box Truck www.sunbiz.org - Department of State Page 1 of 2 i $ T F FLORIDA DEPARTMENT OF STATE , DIVISION OF CORPORATIONS kl 6t tK. Home Contact Us E- Filing Services Document Searches Forms Help Previous on List Next on List Return To List No Events No Name History Detail by FEI /EIN Number Florida Profit Corporation JOHNSON'S WRECKER SERVICE, INC. Filing Information Document Number 492393 FEI /EIN Number 591635639 Date Filed 12/10/1975 State FL Status ACTIVE Principal Address 500 WILMER AVE. ORLANDO FL 32808 US Changed 04/20/1998 Mailing Address 580 WILMER AVENUE ORLANDO FL 32808 US Changed 03/18/2008 Registered Agent Name & Address JOHNSON, DARRELL 500 WILMER AVE ORLANDO FL 32808 Officer /Director Detail Name & Address Title P JOHNSON, DARRELL 500 WILMER AVE ORLANDO FL 32808 Title CEO JOHNSON, JACQUELINE A 500 WILMER AVE ORLANDO FL 32808 Title VP JOHNSON JR., DARRELL 500 WILMER AVE. ORLANDO FL 32808 Title S http: / / www.sunbiz.org/ scripts /cordet.exe? action= DETFIL &inq_doc_number= 492393 &inq... 9/14/2011 www.sunbiz.org - Department of State Page 2 of 2 JOHNSON, DARLENE 500 WILMER AVE. ORLANDO FL 32808 Title T JOHNSON, DORIE 500 WILMER AVE. ORLANDO FL 32808 Title VP JOHNSON, DENNIS D. 500 WILMER AVE. ORLANDO FL 32808 Annual Reports Report Year Filed Date 2008 03/18/2008 2009 04/01/2009 2010 02/12/2010 Document Images 02/12/2010 -- ANNUAL REPORT View image in PDF format 04/01/2009 -- ANNUAL REPORT View image in PDF format 03/18/2008 -- ANNUAL REPORT View image in PDF format 01/05/2007 -- ANNUAL REPORT View image in PDF format 03/28/2006 -- ANNUAL REPORT View image in PDF format 03/08/2005 -- ANNUAL REPORT View image in PDF format 01/05/2004 -- ANNUAL REPORT View image in PDF format 01/29/2003 -- ANNUAL REPORT View image in PDF format 03/03/2002 -- ANNUAL REPORT View image in PDF format 02/28/2001 -- ANNUAL REPORT View image in PDF format 02/28/2000 -- ANNUAL REPORT View image in PDF format 02/18/1999 -- ANNUAL REPORT View image in PDF format 04/20/1998 -- ANNUAL REPORT View image in PDF format 02/20/1997 -- ANNUAL REPORT View image in PDF format 02/08/1996 -- ANNUAL REPORT View image in PDF format 01/24/1995 -- ANNUAL REPORT View image in PDF format Note: This is not official record. See documents if question or conflict. Previous on List Next on List Return To List No Events No Name History 1 Horne I Contact us 1 Document Searches 1 E- Filing Services 1 Forms 1 Help I Copyright • . and Privacy Policies State of Florida, Department of State http: / / www.sunbiz.org/ scripts /cordet.exe? action= DETFIL &inq_doc_number= 492393 &inq... 9/14/2011 BIX SOSCIT-MITh RlIEC33211 FOR: BI I /RFP Q # - 00 BIDDER: s (j3 e tekerc. DATE: ( ACCOUNT 000i-36-0000 CITY OF OCOEE 89/13/11 3:18 PM nrossi AMOUNT $ j CV 11-002/JONNSONSWRECK RECEIPT NO:FOU257591 AMOUNT MISC. REVENUE CODE #500 FMSD 11-002/JOHNSONSWRECK 1 580 PAYMENT RECEIVED AMOUNT CK 2139713946 1,000.00 TOTAL 1,888.88 This check has a blue background on white paper and some of the security features on this cl. ent include a Watermark, MicroPrint signature line, and a holographic foil stamp; absence of these features will indicate a copy. - 6511VIN ,1111.111641111.11115:411111111EsMfflak .41111111MiglIMMINI,ffnir 4 I IS v. n EtrMilrirr= wit 1 f'4 , ' 64-79/611 11 SUNrrItUST Official Check 2139713946 Fraud Protected by Positive Pay 143973 2156750 Purchaser Johnson's Wrecker Service Date Initials (64)e) , ()enter Sep. 12,2011 $ **1,0o.00** PAY **** $1. 000 0 00 **** To the City of Ocoee SunTrust B,anksjor—by-i - o 2ent tiga, Order S nTnOtTenk • of For: RFP # 11-002 L_ .... Payable at SunTrust Bank Authorized Signature 2 L 397 L 39 611° 1:06 L00790 70 L901199960 -. ., .... ., . — ;-!..'4,, . ,..• .:' ,..-''',':(., 7' ,4 " - ' ---- - ' - _ - ' - - - . --..- !, '.1 •" iq ':''? 1 ' = . . ,--, „.-.1 ( . , CS ..* ....‘ N " . .......... ...--., c,.. ..., 7 \ 1 1..i til 1 (: t 1 --....., ,.... -:-. -.... , , ; ..J 1 0 - 4,„,... . I ........ [j , p......., ' '..,, 4.— • --- 1 ',•-•) —__ sp Ci... 0 LLI ° t\--9. __ ( 7) V P a ) ...- C ..) ,.../.. c....) •-- , ,.....- Q..) , \ cc ---- C.) ■■ V .... . r2.- . 1" .....) 0 ---- • -....._.„ - Li-- 'Q UN 1-/ -.....• • ,.., = 7 • • • Ch 2,, Cs4 .1..... Cr: ..2-:,- -.6... ...... ---. '--..- — 'FE = --- c..-... •, .1-. .,-...:: • • = , . • i "—a . • . • • . • • - - • . . • .... . -• - " - - _ • - • • - '• ' . : ' ' • . - . .. -- :, -. " • - - - .';':- -- - ' - .... --' ..- 7 • - : -- , - '' - JOHNSON'S WRECKER SERVICE INC. T Oi w WING r P WO F .M . w.� . 1 TWO LOCATIONS TO BETTER SERVE YOU :' • l ' - ' - :' ` "' " - 0 500 -580 Wilmer Avenue El 7777 Narcoossee Road fa, s . Orlando, FL 32808 Orlando, FL 32822 (407) 293 -2540 (407) 380 -5829 . . DATE Z CASH CHECK # CHARGE CREDIT CARD i6'OO ' ° 915 10-8 � 0 , °.97 , °9 §36 . YEAR S MAK -r S I Y / _ . MODEL 7' Jl! COLOR, d � LICENSE 1 z_.3 zi 5 VIN H EXPIRES STATE I C78gI X xx F TOWED nFROM � 1 A (J 4 1 J 1J �•+� d i / L P L W so T O W D O e4., k Ma.4112,on4Hco_ 30! kItQ NAMEC n HONE NO. • ADDRESS I +y O c© e_`2- -� ENDING DRIVER y C llT .. 4ER • MILEAGE (C 11J4 ER P.O. NO. MILEAGE TOTAL MILEAGE 1 : I Q . HOOKUP WL /FB it fr, STOR Q MILES @ ADMIN -CHG. JUMP START /TIRE CHNG. TARP RECOVERY /WINCH PAID OUT DOLLY CHG. TOLLS WAITING TIME FUEL SURCHARGE REMARKS: /,'i 4-I-- !` K n Pl;Ce -o5e, 5 2. *3 L( . SALES TAX . TOTAL 1\1 C/ _ MARK EXTERIOR DAMAGE CONDITION ❑ GOOD a FAIR El ❑ WRECKED ❑ STRIPPE 0 BUR BURNED • . IGHT SIDE nY 0... ___ FRONT LEFT SIDE R ' REAR f ll ' REMARKS RADIO BATTERY SPARE STEREO KEYS • NOT RESPONSIBLE FOR VEHICLES DROPPED AT UNATTENDED LOCATIONS 1 . PICKED UP OR SIGNATURE ACCEPTED BY PROFESSIONAL WRECKER OPERATORS OF FLORIDA, INC. - ORLANDO, FLORIDA A485655 SQL Y'S TOWING ING R RECO,. E R Y, LLC 119 5''h STREET W V TER GARDEN P1.34787 Phone (407) 656 -1996 Fax (407) 656-2002 September 13, 2011 City of Ocoee Finance/Purchasing 150 N. Lakeshore Drive Ocoee, Fl 34761 Re: City Wide W r e c k e r T o w i n g Services /R FP 1 I - OW :4 To Whom It May Concern: The following information is provided for this proposal: Company Information: Sly's Towing & Recovery, LLC has been in business since September 1994. It is owned and operated by Sly and his wife of 28 years, Jan Christmas Cawley. It is located at 119 5 Street, Winter Garden, Fl 34787. Our office hours are Monday through Friday 8 am to 6 pm. However, we provide towing services 24 hours a day and are available to meet with customers after hours and/or on the weekends. Our facilities consist of a 3,900 square foot enclosed warehouse, including a 900 square foot office. The inside storage can store up to 10 cars and is adequate for processing of vehicles that have holds placed on them. Our storage facilities are constistant of 2 acres, with 6 foot chain link fencing with barbed wire on top. The outside storage facilities can store approximately 150 vehicles. Our office is in excellent, clean and updated condition that we built in 2004. We are members with the Professional Wreckers of Florida and West Orange Chamber of Commerce. Our owners and employees are as follows: Wrecker Operators Sly Cawley Owner /Wrecker Operator, 25 years towing experience; Certifications for North American Towing Academy; BMW, Mercedes and Porsche. Employed for 17 years. Tommy Ritten: Safety Supervisor/Wrecker Operator; 45 years towing experience; Certification with North American Towing Academy. He has been employed with us for 16 years. Fred Minor: Wrecker Operator; 30 years towing experience; Certifications for North American Towing Academy; BMW, Mercedes and Porsche. He has been employed with us for 11 years. Bright Future Electric, Dan Petro, 407 - 654 -0155, towing of their company vehicles to repair facilities. Florida Distributors, Kevin, 407 - 473 -2031, towing of their company vehicles to repair facilities UPS, Ramy, 321 - 297 -8213, towing of their package vehicles to repair facilities. Walt Disney World Security, 407 -560 -7959, private property removal of abandoned or disabled vehicles. Client References Please see attached letters of reference for the following Clients: Winter Garden Police Department, Chief Brennan, 407 - 656 -3636, gbrennan @cwgdn.com John Rees Mayor of City of Winter Garden, 407 - 256 -0445, jrees @wintergarden -fl.gov Jackson Floor Services, Teri Jackson, 407- 656 -2235; email ter - _rijj916 f •yaii io.com Budget Auto Parts, Bill Rutherford, 407 - 656 -4707; email bapobill JaoLcom Health Central Paramedics, Tom Daniels, 407-509-2760; email tom_daniels @6ealtlhcentrat_or Farrel Duncan, 321 - 689 -8864; email dustonandroberts @embargmail.com We have no past or present litigation, claims, bid or contract disputes. Please see the attached for the service rates proposal. Record Keeping and Billing Procedures We have four office computers networked, operating with a towing software program. It enables us to retrieve any information from the vehicles and it calculates all the charges, for receivable and billing purposes. It gives us instant access to any vehicle information to assist the owners or police departments. It also automatically prints the certified mailers to the customer for notification that their vehicle is at our facilities (as required by Fl Statutes). We have implemented this software since 1998 and it continues to store the information on each and every vehicle that has ever been input since that time. Upon customer retrieving their vehicle they make full payment in cash. If the insurance or a business is retrieving the vehicle or we deliver to another location, per the request of the owner, we accept business checks. If we deliver the vehicle to one of our commercial accounts we submit our bills on the last business day of the month. Proposed Implemention Plan It is our desire to service the Ocoee Police Department in their needs of towing privately owned vehicles, light and medium duty, that have been in accidents, abandoned, disabled, recovery of vehicles, or for any other assistant they may require. It is our intention to expeditiously remove the vehicles, clear the highways, and clean any and all debris. Being in the law enforcement myself for over 13 years, I am aware of the importance of clearing the roadways as quickly as possible and relieving the Ocoee Police Officers to return back to regular patrol duties. Dan Annis: Wrecker Operator; 40 years truck driving experience. He has been employed with us for 4 months. Office Staff: Jan Cawley Owner /Office Manager: Her duties include customer service, dispatching, human resources, and financial manager. She has 28 years administrative assistant. She has been employed with us for 17 years. Yvonne Richards: Administrative Assistant; her duties include customer service, dispatching, and accounts receivables. She has 8 years administrative assistant /customer service experience. She has been employed with us for 6 years. Bonnie Thompson: Administrative Assistant: her duties include customer service, dispatching and account receivables. She has 20 years administrative /office management experience. She has been employed with us for 2 years. Equipment 1 2000 Freightliner 20 ton Century Wrecker body - owned 1 2002 International 4300 Flatbed/Rollback - owned 2 2006 International 4300 Flatbed/Rollback - owned Company Experience /References /Qualifications Ocoee Police Department, Chief Brown, 407 - 905 -3160, towing of wrecked, disabled, abandoned, or recovery of vehicles. Also, towing services are provided for city owned vehicles. Florida Highway Patrol, Lt. Heard, 407 -580 -8230; towing of wrecked, disabled, abandoned or recovery of vehicles. Winter Garden Police Department, Chief Brennan, 407 - 656 -3636, towing of wrecked, disabled, abandoned or recovery of vehicles. Also, towing services are provided for city owned vehicles. Oakland Police Department, Chief Thomas, 407 - 656 -9797, towing of wrecked, disabled, abandoned, or recovery of vehicles. Also, towing services are provided for city owned vehicles. Health Central Paramedics, Tom Daniels, 407 -509 -2760 towing of Ambulances disabled to repair facilities. Duston and Roberts Paint and Body, Farrell Duncan, 407 - 877 -0577; towing of wrecked vehicles to his paint and body shop. Crawfords Tire Service, Gary Crawford, 407 - 656 -4575, towing of disabled vehicles to their repair facilities. Progressive Insurance, Richard Mayer, 407 -466- 2969, towing of wrecked vehicles to paint and body shops. Our services will also include towing or servicing any vehicles or equipment owned by the City of Ocoee to there required destination, as outlined in the contract. As required, we will tow the vehicles to our storage facilities, unless otherwise requested by the owner or the Police Officer. We then assist the customers, not only with the retrieval of their vehicles and belongings, but we give them guidance on filing an insurance claim, repair facilities or salvaging their vehicles. We appreciate the opportunity to submit our bid for the wrecker towing services for the City of Ocoee and we would be honored to continue to be a part of your community. I can assure that you can expect prompt, professional, knowledgeable and courteous service from Sly's Towing & Recovery. Sincerely, Sly Cawley Owner 407 -509 -5255 hand delivery cc: file • 9d George Brennan iSsattros Volk 0��'' � �D . CHIEF OF POLICE ci * POiICE VnO., Wii":0 4i September 9, 2011 Robert Frank, City Manager City of Ocoee 150 North Lakeshore Drive Ocoee, FL 34761 Dear Mr. Frank, It is my understanding that your city is seeking bids for tow services. I am writing this letter of reference in regards to. one of the companies that is submitting a bid, Sly's Towing & Recovery. Sly's Towing &. Recovery has been providing tow services for the City of Winter Garden, including the Police Department, for many years. While I have only dealt with Sly's Towing & Recovery for the past 7.5 years, I have found records that this company has been providing these services to our city since, at least; November 1995. I have never had a problem with Sly's Towing & Recovery during my tenure here. Mr. Cawley, the owner, has always been available when I needed to contact him and his . services have always been reliable, prompt and professional. Please advise if you need any additional information in regards to this matter. Sincerely, George Brennan Chief of Police cc: Mr. Sylvester Cawley, Sly's Towing & Recovery WINTER GARDEN POLICE DEPARTMENT 251 W. PLANT ST. - WINTER GARDEN, FLORIDA 34787 TELEPHONE (407) 656 -5959 • FAX (407) 877 -0166 From the desk of John Rees Septenber 9, 2011 To Whom It May Concern: I have been conducting business with Sly's Towing & Recovery for over 17 years. I have always had a postiive experience when contacting them to tow my personal vehicles. On several occassions, I have entrusted the driver of Sly's Towing with my family members allowing them to ride in the wrecker while my vehicle was being towed. Sly's Towing is a respectable, customer oriented company that operates with professionalism, knowledgable staff and drivers that are courteous, efficient and dependable. Their wreckers are always clean and presentable and the drivers are very well trained. I have the utmost confidence in my recommendation of Sly's Towing & Recovery to assist you in any of your towing and recovery services. Respectfully, 4 / - 1/ ( (a`t ir John Rees Mayor City of Winter Garden JACKSON FLOOR SERVICES INC. 1346 9th Street Winter Garden, Florida 34787 Ph. 407 656 -2235 Fx. 407 656 -6458 September 8, 2011 To Who it May Concern: We have been doing business with Sly's Towing for over fifteen years. We have a fleet of trucks in our business as well as personal and recreational vehicles. On every occasion that I have contacted or visited their office, the staff has always been courteous, knowledgable and helpful. The tow yard premises, equipment and office areas aer always well maintained, professional in appearance and organized. We have used their services for mechanically disabled vehicles as well as wrecked vehicles. They have always been very professional, efficient and accomodating. I have never received unsatisfactory service or had any complaints for any department in their company. I have referred many people to their company and will continue to do so. ank you l 1 e 're • ent P.u.dgget Auto Parts of orLavtolo, I iko d /b /a vet Lt p tLL It 221 S. jth street W%vLter c,ardew, FL 3 47-gy- Ply 407- o55 --fj o7" fav 4O7- 656 -0265 August 17, 2011 To Whom It May Concern: It is with great confidence that I would recommend Sly's Towing & Recovery. My company has been doing business with Sly's for thirteen years. They provide professional, prompt, dependable and courteous service. I sometimes have a last minute situation, and they are always willing to do all they can to help. From the office staff to the drivers, everyone at Sly's is a pleasure to work with. I have been extremely satisfied with the service I have received from Sly's. I would highly recommend Sly's Towing & Recovery for all of your towing needs. Sincerely, at i ■ /*,: Bill Rutherford Owner Health Central P A R A M E D I C 2700 Old Winter Garden Rd. Ocoee, FL 34761 Ph. (407) 253 -7870 Fx. (407) 877 -9646 August 24, 2011 To whom it may concern: Health Central Paramedic Services is an emergency ambulance service with 14 vehicles that operate 24/7 in a 220 square mile area of West Orange County. For as long as I can remember, Sly's Towing has been there for us. No matter what time of day or night, even during a tropical storm on one occasion, Sly has come to our rescue. His equipment is always clean and state of the art and his carefully selected staff (office included!) is top notch. Excellent customer service is obviously ingrained in each of them. The nature of our business requires quick and decisive actions. Sly can and will provide reliable and excellent service. It is my pleasure to give Sly's Towing my highest recommendation. Should you contract with them, you will not be disappointed. Please feel free to contact me should more details be required. Most sincerely, S Thomas F. Daniels, Assistant Director Health Central Paramedic Services 2700 Old Winter Garden Road Ocoee, FL 34761 Phone: 407 - 253 -7872 FAX: 407- 877 -9646 tom.daniels @healthcentral.org Farrell Duncan 321 Enterprise Street Ocoee, Florida 34761 321 - 689 -8864 Re: Sly's Towing To whom it may concern: I have been doing business with Sly's Towing for over 20 years. He is reliable, dependable and professional. His staff and drivers are courteous and always willing to go the extra mile to help out. His pricing is fair and he is available 24 hours a day. It is important for businesses to support their communities. Sly's Towing supports community events and is involved in various civic organizations in West Orange County. I believe Sly's Towing is an asset to the West Orange community and I would highly recommend his business. Sincerely, Farrell D. Duncan FDD:sm maintains a fully- equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 23. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor, attach additional sheets if necessary and write "see attached ". pi 000 1= ? , 3hflrrrer 42c5 Cen-hie i 1 er J d1 _ c3 hx/ eQ 6012 - e)+ef inch-, 0.-K4 Zt?,on *ta fi ci irkJ& .eL o; necf t c O ' vt fel rrr� f� � '13��> 4(e ff� r/ l r� . f d ,�; r f act) • � �r# r , -. �onrz.0 � Rcc* II 11 /I/ (oc t c� r�sn ec �c( 24. REFERENCES /EXPERIENCE OF PROPOSER WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years, attach additional sheets if necessary and write "see attached ". DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS /NAME OF CONTACT S'+ricG `S'ej- L994 M tfer 6:40 - #)luo b 26 It/• ?kin ' ., Ohte.F 3re,vir r, 401 QSle 31x3 . l.o, t .0_9 5'neo .y et i gclq 141 h t, "3'.4 L l33 S, S -„' _ • 32&'0% 1.1•eo.rcl 'i -Sio -i- go-7- 533 -7o'7o Irl.r 4CA &4 t'u S, t- 14a4 &, Ja „({ ?ohi, & i ,. 51io 6. alliand fltre Ck a net, Fi . 3 __a, - 1harnos, - i -Ogg # c, Cm. () &i o Ng 1{ eevee..' of taz.lv,p7 fso i keslx br; °eoee cc 3v7Gi C'rogg- P,rcuo 4o7 1775 - 3/60 , 41157, J Have you any similar work in progress at this time? Yes No Length of time in business 1'7 years / months. Bank or other financial references: -- ReffrvaitS `2c1:14.'utii- E-tr e.,. R '>e v7 -legs-A(.3 irrr Sind-vvt n sank- U.) Y .1.+er itrien t D r :., l�ec z/o7 W7'1 - I RFP11 -002 Wrecker Services 20 EXHIBIT "B" PROPOSAL FORM SERVICE RATES The maximum rates to be charged for vehicles or trailer owners or their designees for towing, Storage and standby wrecker service as a specified in Exhibit "C ". Services are to be provided at no charge to the vehicle or trailer, owner or his designee whenever service was requested in error pursuant to an Ocoee Police Department request. Such charges are to be billed to the Ocoee Police Department at the rates as specified herein. THERE WILL BE NO CHARGE FOR TOWING VEHICLES OR TRAILERS SEIZED FOR FORFEITURE. AT THE REQUEST OF CITY PERSONNEL / NON -CITY OWNED VEHICLES (Estimated 740 tows annually) CATEGORY ONE - LIGHT 1. Class A: Standard Tow — Towing Passenger Cars, Trailers, Trucks, and Special Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters, up to 10 miles: Rate $ I /.S. 0 per tow, per vehicle or trailer. Each additional mile over 10 miles is $ 3 - 0 0 per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer$ 0.00 Administrative Fee (after 48 hours) $ 50.00 Time on scene (after first 30 minutes) per quarter hour $ / 5 00 2. Class B: Standard Tow - Towing Trucks, Trailers and Special Service Vehicles, over 10,001 pounds GVW up to 19,500 pounds GVW, up to 10 miles. Rate $ 0 0 .0 0 per tow, per vehicle or trailer. Each additional mile overl0 miles is $ 0 per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer$ 5-0 Administrative Fee (after 48 hours) $ 50 ' O RFP11 - 002 Wrecker Services 41 Time on scene (after first 30 minutes) per quarter hour $ 0 CATEGORY TWO - HEAVY 3. Class C: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles, Over 19,500 pounds GVW up to25, 000 pounds GVW, up to 10 miles: Rate $ 2 0 0. 0 per tow, per vehicle or trailer. Each additional mile over 10 miles is $ S. 0 0 per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer$ 50 -0 0 Administrative Fee (after 48 hours) $ „ 0.0 0 Time on scene (after first 30 minutes) per quarter hour $ 60. 00 4. Class D: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles over 25,000 pounds GVW, up to 10 miles: Rate $ '/0 3.0 0 per tow, per vehicle or trailer. Each additional mile over 10 miles is $ 6. 0 0 per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer$ 53 00 Administrative Fee (after 48 hours) $ 56 -0 0 Time on scene (after first 30 minutes) per quarter hour $ 90 `00 STORAGE RATE The daily rate for storing a vehicle in storage is based on a Twenty -four (24) hour day. The first six (6) hours of each storage shall be free (i.e., from time of arrival at the storage facility through the sixth hour thereafter).Subsequently, and for each twenty -four (24) hour or portion thereof, a storage fee may be assessed in accordance with the bid. The maximum rates the Vendor is to charge vehicle or trailer owners or their designees for storage is as specified in Exhibit "C ". THERE WILL BE NO CHARGE FOR STORAGE FOR VEHICLES OR TRAILERS SEIZED FOR FORFEITURE IF THE OCOEE POLICE DEPARTMENT OBTAINS A FINAL JUDGEMENT OR FORFEITURE. RFP11 -002 Wrecker Services 42 HOURLY CHARGE In addition to the maximum rates charged owners or their designees for towing services, the Vendor is allowed to charge a additional rate as specified below to cover all charges for any and all additional equipment including additional .tow trucks, tools and consumable items to perform any and all of the following: Servicing rollovers or submerged vehicles or trailers. Dropping (releasing) drive shafts on vehicles over one (1) ton only. Removing bumpers on vehicles one (1) ton and over only. Airing up brakes. Providing air bags. Note: 1. The Vendor is not allowed to charge separately for each of the above items; only one additional hourly rate is to be charged regardless of the number of circumstances involved and services performed. 2. The Vendor is not allowed to charge in addition to the tow fee for: Dropping (releasing) drive shafts on vehicles up to one (1) ton, or for Double hookups. HOURLY RATE CHARGE FOR ADDITIONAL EQUIPMENT AND CONSUMABLES CATEGORY ONE - LIGHT $ 6 0 , O per hour for Passenger Cars, Trailers, Trucks, and Special. Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters. $ 2 0 D -O'3 per hour for Towing Trucks, Trailers and Special - Service Vehicles, over 10,001 pounds GVtN up to 19,500 pounds MAN. CATEGORY TWO — HEAVY $ 300. 00 per hour for Towing Trucks, trailers, and Special Service Vehicles, over 19,500 pounds GVW up to 25,000GVW $ %0 0 - 0 * per hour for Towing Trucks, trailers, and Special Service Vehicles, over 25,000 pounds. RFP11 -002 Wrecker Services 43 AIR BAG $ t\) M per hour for use of air bags for trucks and special service vehicles over two and one -half (2.5) tons. FIXED RATE CHARGES In addition to maximum rates charged owners or their designees for towing services, the Vendor is allowed to charge an additional fixed fee of $ 1 -95 - -0 3 per tow to utilize dollies. At the request of the City, written justification is to be submitted for use of dollies under circumstances in question by the City. WAITING TIME The Vendor may charge for waiting time after the first (30) minutes at the hourly rate specified in this section on a pro -rate basis in fifteen (15) minute increments as further specified below: Total Waiting Time Pro -Rata After the First Thirty Minute- Amount$ /,j 00 31 to 45 minutes - One quarter of the hourly rate. 46 to 60 minutes - One half the hourly rate. 61 to 75 minutes - Three quarters the hourly rate. 76 to 90 minutes - One full hourly rate. ADDITIONAL SERVICES The Vendor is to respond to request from the Ocoee Police Department officer at the scene to unlock a vehicle door by means of a slim Jim or other similar device when no tow is required. The Vendor agrees to charge a flat fixed fee specified below to unlock vehicles when no tow is required: The Flat Fixed Fee to Unlock Vehicle Doors is $6500 If the Vendor is unable to unlock the vehicle door(s), no charge for this service is to be incurred by either the city or the vehicle owner or his designee. The Vendor agrees to charge a fixed flat Fee specified below to weatherproof a vehicle when advised to do so by the owner and/ or the Ocoee Police department of $ 2 t3 0 The Vendor agrees to charge a flat fixed Fee to Immobilize (Booting) a vehicle of $ 1J4 The vendor agrees to charge only the actual cost incurred for Hazardous waste removal. Documentation will be provided upon request. RFP11 -002 Wrecker Services 44 WINCH RECOVERY (Vehicle not towed and all times are for actually on scene) CATEGORY ONE - LIGHT Class A for first 30 minutes. $ . 9 5-0 Each additional 30 minutes $ lq o - Class B for the first 30 minutes $ I " ( Each additional 30 minutes $ 8- - 5 CATEGORY TWO - HEAVY Class C for the first 30 minutes $ 2 Y "1)3 Each additional 30 minutes $ / 90 - 00 Class D for the first 30 minutes $ 3 5,0•,0 Each additional 30 minutes $ / 5' (Remainder of page left blank intentionally.) r\ RFP11 - 002 Wrecker Services 45 AT THE ;REQUEST OF CITY PERSONNEL / CITY OWNED VEHICLES (Estimated 85 tows annually) The maximum rates to be charged the City for towing, road service or storage services for any vehicle or trailer which is owned, operated, or leased by the City (except leased vehicles or trailers where the leaser is responsible for the required towing) from its point of disability (whether same be within the City or in an outlying area within Orange or Seminole or Lake County, usual and customary to the particular usage of the vehicle by the City) to any point within the City, as may be directed. CATEGORY ONE LIGHT Class A: Standard Tow - Towing Passenger Cars, Trailers, Trucks, and Special Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters, up to 10 miles: Rate $ _ 0 per tow, per vehicle or trailer. Each additional mile over 10 miles is $ -d ' per mile, per tow, per vehicle or trailer. Class B: Standard Tow - Towing Trucks, Trailers and Special Service Vehicles, over 10,001 pounds GV\N up to 19,500 pounds GVIN, up to 10 miles: Rate $ - 6 - per tow, per vehicle or trailer. Each additional mile over 10 miles is $ _ 6 - per mile, per tow, per vehicle or trailer. CATEGORY TWO HEAVY Class C: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles, over 19,500 pounds GVIN up to 25,000 pounds GVW, up to 10 miles: Rate $ _ - per tow, per vehicle or trailer, Each additional mile over 10 miles is $ ' __ per mile, per tow, per vehicle or trailer. RFP11 - 002 Wrecker Services 46 Class D: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles, over 25,000 pounds GVW, up to 10 miles: Rate $ - per tow, per vehicle or trailer. Each additional mile over 10 miles is $ - 0 - per mile, per tow, per vehicle or trailer. THE CITY -WILL NOT ACCEPT ADDITIONAL CHARGES FOR ANY TOWING SERVICES PROVIDED. STORAGE RATE The daily rate for storing a vehicle is based on a twenty -four (24) hour day. The first six (6) hours of each storage shall be free (i.e., from time of arrival at the storage facility through the sixth hour thereafter). Subsequently, and for each twenty-four (24) hour or portion thereof, a storage fee may be assessed in accordance with the bid. The maximum rates the Vendor is to charge a vehicle or trailer owned by the City of Ocoee for storage is: 1. General Storage rate for a City of Ocoee vehicle per space on a twenty-four (24) hour basis is:$ ROAD SERVICES The Vendor is allowed to charge a fixed flat rate for road Services as specified below: Battery Boost $ - 0 Tire Changing $ ' 0 (Remainder of page left blank intentionally.) RF'P11- 002 Wrecker Services 47 RFP #11 -002 COMPANY INFORMATION & SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/ FEE RATES PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. .' l y s 'I mac ►2ecAntex.9 , '- �-c- 7- t.2 s6- /9910 COMPANY NAME' TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) - Thut- ) ynonl I a l C i 4 Q at) I -co E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT A ORI aD SIGNA' (manua FROM PURCHASE ORDER ADDRESS, e ptc016,1_ PLEASE INDICATE BELOW: N E/TITLE (PLEASE PRINT) WI .271 STREET ADDRESS Wtokbbr oak Lf7 " CITY STATE ZIP FEDERAL ID # 0 1 (1l 39 Individual; Corporation; X Partnership; Other (Specify) Sworn to and subscribed before me this i;2`" day of ,je , 201 . Personally Known or Produced Identification Notary Public - State of FL Coun y-f (Q Cs (Type of Identification) I Ai rat. �1aLr : �jl� igna ' - of Notary Public Printed, typed or stamped Commissioned ' • j - • ! I : _� ' N otary Public State of Florida RFP11 -002 Wrecker Services S J tv°37 ey �` My Commission DD8 27945 52 Expires 10102t2012 -••••, i """'") .."••■ z Lta (-1st co . 1.1) cza Az. >- k w 1"-•-••- , - 7 \..4 IN • O. "" `on GARO f l George Brennan 00�••�40 CHIEF OF POLICE 4 !It 'QO-FLORIOP if I*, POLICE 70 September 9, 2011 Robert Frank, City Manager City of Ocoee 150 North Lakeshore Drive Ocoee, FL 34761 Dear Mr. Frank, It is my understanding that your city is seeking bids for tow services. I am writing this letter of reference in regards to one of the companies that is submitting a bid, Sly's Towing & Recovery. Sly's Towing & Recovery has been providing tow services for the City of Winter Garden, including the Police Department, for many years. While I have only dealt with Sly's Towing & Recovery for the past 7.5 years, I have found records that this company has been providing these services to our city since, at least, November 1995. I have never had a problem with Sly's Towing & Recovery during my tenure here. Mr. Cawley, the owner, has always been available when I needed to contact him and his services have always been reliable, prompt and professional. Please advise if you need any additional information in regards to this matter. Sincerely, , V George 4rennan Chief of Police cc: Mr. Sylvester Cawley, Sly's Towing & Recovery SEP 14 2011 WINTER GARDEN POLICE DEPARTMENT 251 W. PLANT ST. - WINTER GARDEN, FLORIDA 34787 TELEPHONE (407) 656 -5959 • FAX (407) 877 -0166 www.sunbiz.org - Department of State Page 1 of 2 \ i FLORIDA DEPARTMENT OP STATE DIVISION OF CORPORATIONS 5,4fibz Home Contact Us E- Filing Services Document Searches Forms Help Previous on List Next on List Return To List No Events No Name History Detail by FEI /EIN Number Florida Limited Liability Company SLY'S TOWING & RECOVERY, LLC Filing Information Document Number L05000004876 FEI /EIN Number 202416739 Date Filed 01/18/2005 State FL Status ACTIVE Principal Address 119 5TH STREET WINTER GARDEN FL 34787 US Mailing Address 119 5TH STREET WINTER GARDEN FL 34787 US Registered Agent Name & Address CAWLEY, SYLVESTER 119 5TH STREET WINTER GARDEN FL 34747 US Manager /Member Detail Name & Address Title MGMR CAWLEY, SYLVESTER 119 5TH STREET WINTER GARDEN FL 34787 US Title MGMR CAWLEY, S JAN 119 5TH STREET WINTER GARDEN FL 34787 US Annual Reports Report Year Filed Date 2009 03/02/2009 2010 04/01/2010 2011 03/09/2011 Document Images http: / /www. sunbiz.org/ scripts /cordet.exe? action= DETFIL &inq_doc_number= L050000048... 9/14/2011 www.sunbiz.org - Department of State Page 2 of 2 03/09/2011 -- ANNUAL REPORT View image in PDF format 04/01/2010 -- ANNUAL REPORT View image in PDF format 03/02/2009 -- ANNUAL REPORT View image in PDF format 03/03/2008 -- ANNUAL REPORT View image in PDF format 03/05/2007 -- ANNUAL REPORT View image in PDF format 07/07/2006 -- ANNUAL REPORT View image in PDF format 01/18/2005 -- Florida Limited Liability View image in PDF format Note: This is not official record. See documents if question or conflict. Previous on List Next on List Return To List No Events No Name History I Horne 1 Contact us 1 Document Searches l E- Filino Services l Forms l Help i Copyright© and Privacy Policies State of Horida, Department of State http: / /www. sunbiz.org/ scripts /cordet.exe? action = DETFIL &incLdoc_number= L0500000 9/14/2011 • 313I1f3 BECURZTY RECEIPT FOR: BI 1 1' P Q # — 1 C Z BIDDER: s L 's jo ; DATE: q - (3 -- /! 00 1 ACCOUNT #XXX -36 -0000 AMOUNT $ I . CITY OF OCOEE 89/13/11 3 :28 PM nrossi MISC. REVENUE CODE #500 11- 882 /SLYS TOWING RECEIPT NO:F0U257592 AMOUNT FMSD 11- 882 /SLYS TOWING 1,888.88 588 PAYMENT RECEIVED AMOUNT CK 5884827587 1,888.88 TOTAL 1,088.88 ASHIER'S CHECK A REGIONS 09/13/2011 61-1/620 5004827507 SLY'S TOWING & RECOVERY LLC / 1 � Purchaser / Purchased For 1 \ 1 ONE THOUSAND DOLLARS AND 00 CENTS PAY TO THE ORDER OF: CITY OF OCOEE $1,000.00 �.,, 8 Feawres t Dciils on Authorized Sig ature Branch FL0031 ; Regions Bank g ?- —Gc}� cc318 - -- -- f / l )� II' S0 48,2 7 S0 ?Hi ':0 6 20000191: 000074 265 Li" 396 ( © TOWING INVOICE SLY'S TOWING & RECOVERY, LLC. (9-(1)1,'" 119 Fifth Street TOW REQUESTED BY: Pi Y � Winter Garden, FL 34787 f iCER'S NAME: Phone (407) 656 -1996 d CALL TIME: ] Y 69- ARRIVAL: 13..0 Fax # (407) 656 -2002 DEPARTED SCENE:'? > DELIVERED: el Owner '' pp�� Da ,,1 j OA ti-i\- (P�ib � G �'ti OFFICE USE ONLY Address City State IMPOUND CONTROL IN ❑ OUT ❑ ACCOUNTING BILLING ❑ AR ❑ Phone Lienholder /Ins TOWED FROM VICINITY: �( y �C,Q , 1P;),‘" i Tag #. AAA AL Ye Make M �� C qr Est. ate Released 3 4 � 55 7 8 9 10 11 12 13 14 15 16 1 VIN 1 Itt at p 3 f ? Claim # Phone TOW e„,1.5 ( PLACE OF DELIV 6 ) � / Ins/Adjuster FLATBED Pickup/Delivery Date WINCH MILES Ctrl. # Check # g TO . 11(f WRECK ❑ FLATBED ❑ WINCH ❑ DOLLIE ❑ ADD'L REMA'KS t . CHARGE idP rit STORAGE �� ADMINISTRATIVE UH RETOW SUB TOTAL WF.ECKER U RAT)R WRECKER # AUTHORIZED SIGNATURE TAX Y " `elI TOTAL / . 4° ] YES ( ] NO UNK I . YES NO _ r.'� I + 1 YES ] NO _ — — OF KEYS: 44 .9.///:;:ail . ' !`' .. . • 39320 TOWNG IcE SLY'S TOWING & RECOVERY, LLC. W RQU � ino EESTED BY: .� 119 Fifth Street Winter Garden, FL 34787 OFFICER'S NAME: �"�� ""�E ARRIVAL: Phone (407) 656 -1996 �'� Fax # (407) 656 -2002 DEPARTED SCENE: y5 PALIVERED: i r . 00 rner / Date OFFICE USE ONLY �� J�+ ; ! ft 7.4 CI V ],'� �c' Addres i s7, I MPOUND CONTROL IN OUT nWn�.1 ' /� -- ® C ��[y n c L X4 1/ ' ,1 ACCOUNTING BILLING❑ R❑ TOWED FROM Phone U e r j - �'�� 1 �J Y �� WERM VICINIITY: d C,l / n l� 1c� n ) (....)1 I E f R M S 1777 " /1-- d— t i fA „ i ag 101, /� ( CC IC.. y e:40 11 ti �W `� / M7 Col F Est. Date (Released I 1� � 13 14 15 16 17 VIN / . laim # Phone PLACE.OF DELIVERY TOW .c"� �j //Li Ins/Adjuster FLATBED Pickup/Delivery Date -I WINCH S r Ctrl. # Check # MILES .�- TOW ri WRECK ❑ FLATBED ❑ WINCH ❑ DOLLIE ❑ A RE KS e� ADD'L M es 9 F + t i ry CHARGE ,Y .... . ' - STORAGE S ,. { .� a + :a':� ADMINISTRATIVE C R '� . UH • ,f1 R"'° .,. RETOW SUB TOTAL a WREC - "'T / - WRECKER# i ORIZEDSIGNATURE TAX t X )` / � F U� L g "'�a Z TOTAL F !_ J a ii ^� x xt q t fig a ,^£ * r ' ' a ; " 4 , ,R fi s k i x tk t ' � w k - r 1 .g ar : r.-7 ,',4.;,;,,,,:%.,,...: .. C ¢ . +2 � y .“ , .r . c ' C f per. .fr' • • ■ 39204 TOWING INVOICE SLY'S TOWING & RECOVERY, LLC. TOW REQUESTED BY: C t. Yc 119 Fifth Street Winter Garden, FL 34787 OFFICER'S NAME: ,� Phone (407) 656-1996 CALL TIME: 3 ,,.c c p ARRIVAL: 4 r 1 e f-'?`' 1 Fax # (407) 656-2002 DEPARTED SCENE:41 4 pk-IDELIVERED$ ° 3 5. p44--- Ow Date r� � i v OFFICE USE ONLY �" �a�� t �� 1 r `"�� l� Addre s y Clty_ fate c. 43 I IMPOUND CONTROL IN ❑ OUT ❑ _� t Ni - , r od ACCOUNTING BILLING ❑ AR ❑ Ph ne Lienholder /Ins 19 TOWED F a c F t M � � V N I k k , , . Tay i7 Y e Mae M e Co (ID Es to Released 1 3 5 6 7 9 11 12 75 7 6 � 7 VIN l i E1 J� p a, 13 ! C C f L Claim # Phone TOW l PLACE OF DELIVERY: a Ins/Adjuster FLATBED . t_e., 1 h4.0,4- g.1 Pickup/Delivery Date - WINCH 5 x CM. # :: Check # MILIS 7 U Mktg WRECK FLATBED ❑ WINC LLIE ❑ . ° s ''i ADD'L REMARKS I ` L,��� p " ` 1 d CHARGE ' , �� p ,� ,/ C� STORAGE Y � ADMINISTRATIVE ,f :,, E RETOW ! ' SUB TOTAL WRECKER OPERATOR WRECK II„ A AUTH , D SIG TAX riAA, X 1' r" X. r TOTAL i V 4 4 TOWING INVOICE SLY'S TOWING & RECOVERY, LLC. ¢ �' l 119 Fifth Street REQUESTED BY: .Ti � 4J Winter Garden, FL 34787 te OFFICER'S NAME: Phone (407) 656 -1996 CALLTIME /Q: j gel ARRIVAL: J 1t), Fax # (407) 656-2002 DEPARTED SCENE:i 2 / L RED: `/.: 1 �`%y' ‘W Owner 00 Date 4 4 OFFICE USE ONLY i Addpgss ^ • � L l I � T { IMPOUND CONTROL IN OUT ❑ F � \ l.�tJ 1 ACCOUNTING BILLING 0 AR❑ Phone Lin r/I s 70 D/ FRO VICINITY: Tag #. c Year Make r Model Color 1 17 Est. Date Released pp3 ;1 1; t�lci r 13 I0I'^ �fi l lVIN -6 1 l '�{ tJ Claim # Phone TOW /6j PLACE/OF DELIV Ins/Adjuster FLATBED .5 -- l{' Pickup/Delivery Date WINCH MILES .. — ten,+ Ctrl. # Check # ® 3 / - SOW WRECK ❑ FLATBED ❑ WINCH ❑ DOLLIE ❑ ADD'L CHARGE REMARKS �� W-1) ` // '7 STORAGE /ry A DMIN ISTRATIVE �' �4 Evart snout '� � tt UH MI �jl'p) '1 SUBTOTAL lir KER OP TO�/ HORIZ SIGNATURE / TAX ��1 / TOTAL 7),(15.9 7),(15.9 �� I //�r<:r IAil X AUT c �i ._ I.,_:-., ..,:.,--.,-- �,. ,vv�•i..• - , - -- sir +nom::- . _A;i= " Tl_- F1 <f !F:I W TW(1RN Y 4 44 q F . • 4003 ' TOWING INVOICE SLY'S TOWING & RECOVERY, LLC. .,� 119 Fifth Street TOW REQIJ STED BY: ba! �� 11 1`l fi Winter Garden, FL 34787 -_ OFFICER'S NAME: Phone (407) 656 -1996 CALL TIME: j '&ILI 11.4A.,_ ARRIVAL:. Fax # (407) 656 -2002 DEPARTED SCENE:1 ; CyG DELIVERED: t Lj�.1'' 1 Ow r �` � ] �( C� J� Date / OFFICE USE ONLY (pub I 1, " " ^ ' - 1 `'� "x. ' • v i 9 -, 1 1 ( — �' ss Cit St e; 6 IMPOUND CONTROL IN B OU El � x k 0 i y �' "�ni`} ..city PL ACCOUNTING BILLING El AR ❑ Phone LfRn� o lder /I s i�J'� r ' 11� TOWED FRO VICINITY: ) � �� 1��� / L � c� 5 itj �`(l Ta 9 / 4.4i z Ye I Mahe Q t M e `�F9 . j � � _ Est. Date ` Released 17 IN f' 3 s e r ' 8 a to 1 12 is ha 1s 5 `o (iDtM " Vln * VIN I g t . . f . t � 0 `q1 3 f * .--' Claim # Phone TOW / PLAC OF DELIVERY: Ins/Adjuster FLATBED S Pickup/Delivery ` Date WINCH" A /? '(-9 ► __ MILES C•9 Q p �Ctri. # heck # TO WRECK ❑ FLATBED ❑ WINCH ❑ DOLLIE ❑ AD REMARKS ( �/ �. C . CHARGE (y; l l� i � s `�! • - '�. / STORAGE, S ) DD l,3 ' S � �3 ADMINISTRATIVE c ) `/ _ !rte �f i poi UH RETOW SUB TOTAL A t WRECKER OPERATOR WRECKER ) AUTHORIZED SIGNATURE TAX G X 1- I V / /�� TOTAL l • ___-_,•-•„-.,:::..7-,-,-,-,---•_, - - - -7. , - ' ' - - - .- , -- '-'-' ''''` ° ..‘ ' ''' k 4 1 ' ' .t r . '. i E` ¢ ,w y r ',.! cr • 40380 TOWING INVOICE SLY'S TOWING & RECOVERY, LLC. 119 Fifth Street Tc , EQUESTEDBY: ` t% —Pc Winter Garden, FL 34787 ( OFFICER'S NAME: Phone (407) 656 -1996 CALL TIME: ja)o Al ARRIVAL: j! 1 ,'. t.. Fax # (407) 656 -2002 DEPARTED SCENE: !&0PV%-DELIVEREDy, !.. e _ Date OFFICE USE ONLY Otn I /I r 1 1 Address �{ J _IMPOUND CONTROL IN C7 � UT ❑ ', 1 o U ACCOUNTING BILLING ❑ AR ❑ Phone LIeW 1.-Y C 9' Lt- -D -f L -L_ 5 - 1 j I er /I s r �f,-. /?� /� �,�' """ J TOWED FR M VICINI I � ��G(, Ly1� L j �„ �j Q ,( �I �. Ye Make Model Q� Color ` / 10 ` C� l ��?!o Ta li Ge /V W" I,t't' ,_ � 3 3'1 }(� �> >2 s I 'Tr' b' - n 1 / 7e Est. Date Released L} a L} b Ali t f V i o 1 � Claim # Phone TOW d ,/� L t?` PLAC OF DELIVERY: Ins/Adjuster FLATBED S n) � ���' Pickup /Delivery Date WINCH f 1 ' �y t e b' M //��,, 6,-C Ctrl. # Check # — (y TO' WRECK ❑ FLATBED ❑ WINCH ❑ DOLLIE ❑ ADD'L CHARGE REMARKS s I y STO •`r'' � ) - ADMINISTRATIVE s �. (I L/H ,.... RETOW SUB TOTAL 1 1 1 iO W EC ER # AUTHORIZED S NATURE TAX 1 10 WRECKER OPERATOR i�.10 a - X � IAO') � � ,z4 . �/" �'�b��7 TOTAL c . r r • • Center of Good L. Mayor 1 v l Commissioners S. Scott Vandergrift , . 1i .,, Gary Hood, District 1 4 VatIA C 0 Rosemary Wilson, District 2 City Manager ry Rusty Johnson, District 3 Robert Frank Joel F. Keller, District 4 Florida T C ITY OF OCOEE REQUEST FOR PROPOSALS RFP #11 -002 CITY WIDE WRECKER TOWING SERVICES c r o i45 f � ciTyVIDE RFP DOCUMENTS Section Page Legal Advertisement 3 Proposal Instructions 4 - 7 General Terms & Conditions 8 - 23 Summary of L , p. 1 9 Acknowledgement of Addenda , p.19 List of Subcontractors , p. 19 Equipment Listing*, p. 20 References /Experience ; p. 20 SCOPE OF SERVICES, SERVICE RATES, OCOEE'S TOWING FEES Section Page Exhibit A — Scope of Services 24 - 40 Exhibit B — Service Rates (Proposal Form)* 41 - 47 Exhibit C — Ocoee's Towing Fees 48 - 51 Company Information and Signature Sheet* 52 *Submit with Proposal End Table of Contents 2 RFP11 -002 Wrecker Services Request for Proposals, Legal Advertisement The City of Ocoee, Florida, (City) is soliciting sealed proposals for RFP# 11 -002 City Wide Wrecker Towing Services. Proposals will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance/ Purchasing Department, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on September 13, 2011. Proposals received after that time will not be accepted under any circumstances. Sealed proposals that have been timely received will be publicly opened and read aloud at that time. No pre - proposal conference is scheduled at this time. Prospective respondents may secure a copy of the documents required for submitting a proposal through Onvia /Demandstar by accessing the City's website at http: / /www.ocoee.org under Finance /Purchasing. Partial sets of the documents required for submitting a proposal will not be issued. By using Onvia /Demandstar, prospective respondents will be provided with all information regarding this RFP and addendums and changes to the project requirements; fees may apply for non - members. Membership with Onvia /Demandstar is not required to submit a proposal. Persons other than prospective respondents may inspect the documents required for submitting a proposal at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee, as prescribed by statute. Beth Eikenberry, City Clerk, August 7, 2011. RFP11 -002 Wrecker Services 3 CITY OF OCOEE REQUEST FOR PROPOSALS (RFP) #11 -002 CITY WIDE WRECKER TOWING SERVICES A. Sealed proposals for RFP #11 -002 will be received by the City of Ocoee, hereinafter called "The City ", by any person, firm, corporation or agency submitting a RFP for the services proposed, hereinafter called "Respondent" or "Proposer" or "Bidder ". Each Proposer shall furnish the information required on the proposal form supplied and each accompanying sheet thereof on which an entry is made. Proposals submitted on any other format shall be disqualified. Proposals must be typewritten or handwritten using ink. Do not use pencil. Proposal documents must be submitted under the signature of a legally responsible representative, officer, or employee and should be properly witnessed and attested. All proposals should also include the name and business address of any person, firm, or corporation interested in the proposal either as a principal, member of the firm, or general partner. If the Proposer is a corporation, the proposal should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this RFP should be addressed in writing to the Finance /Purchasing Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407) 905 -3100, extension 1516 and fax (407) 905 -3194 or email jtolbert a(�ci.ocoee.fl.us, and shall be received not later than September 6, 2011 at 12:00 P.M., local time. Any clarifications /changes will be through written addenda only, issued by the Purchasing Agent. Proposers should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information regarding this RFP before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during the bid, award, and protest period may be grounds for disqualification. C. Proposals must describe the qualifications of the firm to provide planning services. The proposal shall be presented as one (1) original and five (5) copies. The entire proposal package shall be received by the Finance Department not later than 2:00 P.M., local time, on September 13, 2011. Proposals received by the Finance /Purchasing Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Proposals or any information transmitted by fax or e-mail will not be accepted. Proposals shall be delivered in a sealed envelope, clearly marked with the RFP number, title, and closing date and time, to: City of Ocoee Finance /Purchasing Department Attention: Joyce Tolbert, Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761 -2258 RFP11 -002 Wrecker Services 4 D. Pre - Proposal Conference: None is scheduled at this time. E. Proposals will be reviewed by a selection committee appointed by the City Manager and will be ranked in accordance with the established evaluation criteria. Date, time, and location of any scheduled selection committee meeting(s) for this RFP will be noticed publicly and on Demandstar. The selection committee shall supply a ranked list of the proposing firms and a recommendation regarding which firms should be selected by the City Commission for negotiation of a contract. Please be aware that all City Commission meetings are duly noticed public meetings and that all documents submitted to the City as a part of a bid constitute public records under Florida law. F. All Proposers shall thoroughly examine and become familiar with this RFP package and carefully note the items specifically required for submission of a complete proposal. G. Submission of a proposal shall constitute an acknowledgment that the Proposer has complied with the instructions of this RFP. The failure or neglect of a Proposer to receive or examine a document shall in no way relieve it from any obligations under its proposal or the contract. No claim for additional compensation will be allowed based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of services. Proposals shall be in compliance with the contract documents /scope of services. All costs to prepare and submit proposals shall be the responsibility of the Proposer and the City shall make no reimbursement of any kind. H. Any response by the City to a request for information or correction will be made in the form of a written addendum, which will be mailed, e- mailed, or faxed by Demandstar to all parties to whom the RFP package have been issued. It shall be the responsibility of each Proposer to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning the date and time when proposal acceptance shall close at any time up to the date and time set for proposal closing. In this case, proposals that have been received by the City prior to such an addendum being issued will be returned to the Proposer, if requested, unopened. In case any Proposer fails to acknowledge receipt of any such Addendum in the space provided in the RFP documents, its proposal will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a proposal will constitute acknowledgment of the receipt of the RFP Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Proposers are cautioned that any other source by which a Proposer receives information concerning, explaining, or interpreting the RFP Documents shall not bind the City. RFP11 -002 Wrecker Services 5 I. Any of the following causes may be considered sufficient for the disqualification and rejection of a proposal: a) Submission of more than one (1) proposal for the same work by an individual, firm, partnership, or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships, or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among the Proposers; c) Being in arrears on any existing contracts with the City or in litigation with the City, or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to the Proposer's ability to properly perform the services; or e) Any other cause that, in the City's judgment and sole discretion, is sufficient to justify disqualification of Proposer or the rejection of its proposal. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on an award to provide any goods or services to a public entity, may not submit a proposal on an award with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under an award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See Florida Statute 287.133 (2) (a).] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Proposers should be aware that the proposal and the responses thereto are in the public domain and are available for public inspection. Proposers are requested, however, to identify specifically any information contained in their proposal that they consider confidential and /or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All proposals received in response to this request for proposals become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. The City reserves the right to accept or reject any or all proposals, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any proposal, or to re- advertise for new proposals. The City may accept any item or group of items of any proposal, RFP11 -002 Wrecker Services 6 unless the respondent qualifies its proposal by specific limitations. The City may accept one or more proposals if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Respondent which, in the City's sole discretion, is the most responsive and responsible Respondent The City reserves the right, as an aid in determining which proposal is responsible, to require a respondent to submit such additional evidence of Respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all proposals. (Remainder of page left blank intentionally). RFP11 -002 Wrecker Services 7 RFP #11 -002 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's /Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to ONE THOUSAND DOLLARS ($1,000.00). A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the Proposer, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the Proposer will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or Proposer's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such Proposer shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the Proposer's overhead and is not eligible for reimbursement as a separate cost by the City. The checks of the three (3) most favorable Proposers will be returned within three (3) days after the City and the successful Proposer have executed the contract for work or until the 91 day after bid opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check 2. PERFORMANCE BOND: None required. 3. PATENT INDEMNITY: Except as otherwise provided, the successful Proposer agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses, for infringement upon any letters patent of the United States arising out of the performance of this Contract. Further, the Proposer shall fully indemnify, defend, and hold harmless the City RFP11 -002 Wrecker Services 8 and its officers, agents, and employees from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, unpatented invention, or intellectual property right. If the bidder uses any design, device, or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the bid price shall include all royalties or cost arising from the use of such design, device, or materials. 4. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and /or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and /or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Proposal Form, Exhibit B, attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Proposal Form. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the RFP11 -002 Wrecker Services 9 Bidder on the Bid form and the total price stated by the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of the bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non - responsive Bid forms that are incomplete or contain information that is not required. a) The Bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies /services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies /services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within Tess than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for Tess than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. RFP11 -002 Wrecker Services 10 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible Bidder according to the following criteria: • Compliance with scope of work, specifications, terms, and conditions • Bid price • Experience with similar work • Successful reference check • Selection Criteria, Section 26 9. LITERATURE: If required by the scope of work, or the specifications, descriptive literature /brochures shall be included with this bid in order to properly evaluate make /model offered. Bids submitted without same may be considered non- responsive and disqualified. 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: a) A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. b) A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and /or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. c) The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. d) The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. e) The Purchasing Agent, on behalf of the City, shall make a determination of the merits of the protest not later than five (5) business days after receipt of RFP11 -002 Wrecker Services 11 the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: a) No payment will be made for services without proper purchase order authorization or City of Ocoee Visa Purchasing Card. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. b) Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available for the work. c) The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85- 8013779974C -0; and, pursuant to Chapter 212, Florida Statutes, is exempt from federal excise, state, and local sales taxes. d) Vendor must accept credit cards from the customer for the payment of storage and towing charges. 12. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. RFP11 -002 Wrecker Services 12 i) Powder actuated stud guns or low velocity and /or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back -up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. I) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. 13. DRUG -FREE WORKPLACE: If applicable, provide a statement concerning the Proposer's status as a Drug - Free Work Place or evidence of an implemented drug -free workplace program. 14. CONTRACT: a) Each successful Proposer, hereinafter also referred to as Contractor, will be required to enter into a contract with the City. The contract shall automatically be renewed annually unless terminated by the City in writing, for a maximum of five (5) years from the date of execution, with an optional one year renewal. The contract may include a clause authorizing annual price adjustments. b) The City may, in its sole discretion, award any additional services, whether in the existing areas of the scope of work or in any area additional those in the existing scope of work, to any third party or the City's employees. Contractor will be expected to cooperate with any or all other contractors who may be performing services for the City. 15. CERTIFICATION OF NON - SEGREGATED FACILITIES a) Proposer certifies that it does not and will not maintain or provide any segregated facilities for the Proposer's employees at any of the Proposer's establishments, and that Proposer does not permit Proposer's employees to perform their services at any location under the Proposer's control where segregated facilities are maintained. Proposer agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Proposal. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms, other storage and dressing areas, parking lots, or drinking facilities provided for employees that are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. Proposer RFP11 -002 Wrecker Services 13 agrees that (except where Proposer has obtained identical certification from proposed contractors for specific time periods) Proposer will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 that are not exempt from the provisions of the Equal Opportunity clause, and that Proposer will retain such certifications in Proposer's files. b) The non - discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: a) Proposer declares that the only persons or parties interested in their proposal are those named herein, that this proposal is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above -named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of a contract for the described services. b) Proposer certifies that no City Commissioner, other City Official, or City employee directly or indirectly owns assets or capital stock of the Responding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) c) Proposer certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. d) Proposer further declares that a careful examination of the scope of services, instructions, and terms and conditions of this RFP has occurred, and that the proposal is made according to the provisions of the RFP documents, and will meet or exceed the scope of services, requirements, and standards contained in the RFP documents. e) Proposer agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Proposer offers and agrees that if this negotiation is accepted, the Proposer will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti -trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Proposer. The proposal constitutes a firm and binding offer by the RFP11 -002 Wrecker Services 14 Proposer to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: a) All invitations to bid, as defined by Section 287.012(11), Florida Statutes, requests for proposals, as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." b) All Proposers that submit a Bid or Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the submitted documents are qualified to do so under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS /LICENSES /FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905 -3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. 19. STANDARD INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of RFP11 -002 Wrecker Services 15 "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self- insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and /or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000 /$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. • Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability & Property Damage Liability • $1,000,000 Combined single limit per occurrence (each person, each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non -owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non - contributory. ■ $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS - COMPLETED OPERATIONS AGGREGATE ■ $1,000,000 PER OCCURRENCE ■ $1,000,000 PERSONAL & ADVERTISING INJURY • Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent RFP11 -002 Wrecker Services 16 contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. • $1,000,000 PER OCCURRENCE • $2,000,000 AGGREGATE 6) Commercial Umbrella: ■ $1,000,000 PER OCCURRENCE ■ $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability 7) Builders Risk: ■ $100,000 Any (1) Location ■ $1,000,000 Any (1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: i) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. ii) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non - payment of premium. (Remainder of page left blank intentionally.) RFP11 - 002 Wrecker Services 17 ORD_ CERTIFICATE OF LIABILITY INSURANCE OP ID J C D ATE IMMJOOHYW) GRAZE -1 11/04/04 PRODUCES THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE I HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. • ■ SISURERS AFFORDING COVERAGE INAIC 5 INSURED -- INSURER A. u Het toting 1- es Uttar f - INSURERS I I -.. -- Contractor 'e Name INSURER C.: Address INSURER!) , -- NSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO0 INDICATED. NOIWITHSTANDTNG ANY /ROUIRE/AENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE WSURANCE AFFORDED BY THE POLICIES OESCRI000 HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE OMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS. 'ma Pp� ,�Cy ...._..___. enweine POLICY NURSER DATEMANODiYV) DAT (SatlDOM'} LIMITS lT TYPE a ISSUANCE GENERAL LLERUTY EACH OCCURRENCE 5 1, 000, 000 [P''"'M``°'item° $50 ,000 X ' X COMMERCIAL GENERAL LIABUTY ar ) PREMISES (Ea urertwO ' 1 CLAWS MADE ri OCCUR MED DIP (Any one wrw^) $5,000 ■,,..._._. PERSONAL 4ADV INJURY 61,000,000 i I GENERALAGOREGATE 52,000,000 _ CENT AGGREG0510ULIMIT ( APPLIES PER ( PRODUCTS - COMP/OP AGG S 2,00 '�x CT j 1 POLICY I, L°C AUTOMOBEELWI.ITY COMBINED SINGLE LIMIT 51,000,000 LEI =de...0 X ANY AUTO ALL OWNED AUTOS I )RY 1 7 SCHEDULED AUTOS C HIRED AUTOS (Per I BODILY S i X NON-OWNED AUTOS j PROPERfY2AAA0E s 1--� ._.. LPN sweet) 1 1 o -- wee UAduTY • AUTO ONLY • EA ACCIDENT $ .. ANY AUTO OTHER THAN EA ACC $ 7 i AUTO ONLY: AGG 5 EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE 51,000,000 X '--1 OCCUR CLANS MADE I AGGREGATE $2,000,000 s DEDUCTIBLE 5 1 5 �i RETENTION $ I W bIIP rU• UER T H WORKER! COMPENSATION AND X 1TOIIIS 1 . EMPLOYERS" Lemur/ El EACH ACCIDENT 1500,000 i QEr MEOW�FEXCLUDED? C� EL. DISEASE• EA EMPLOYEE $ 500,000 :M AL PROVISION fyq CHXSIO, Sb+ww E.L. DISEASE • POLICY Lima $ 500,000 SPEC OTHER Builders Risk Any 1 Loc 100,000 Any 1 Occ 1,000,000 DESORPTION OP OPERATIONS / LOCATIONS J VEHICLES / EXCLUSIONS ADDED ST ENDORSEMENT / SPECIAL PROVISIONS The insurance evidenced by this certificate shall name the certificate holders as an additional insured on the General Liability A Umbrella Liability. Workers' Compensation, Employers' Liability A General Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate holder is added as a rami ]TBIEEi f.• $$7035 PiAlc CERTIFICATE HOLDER CANCELLATION DCO>ZEO S SHOULD ANY OF THE ABOVE DESCRIER) POLICIES SE CANCELLED 000000 THE EXPIPATIOA DATE THEREOF, TOR ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTWICATE IDL.OER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL City Of Ocoee AROSE NO OBUJATION OR UAeLITY OP ANY KIND UPON THE INSURER ITS AGENTS OR 150 N. Lakeshore Drive REPREBEIJTATrw Ocoee FL 34761 - 2258 AUTHORISED REPRESENTATIVE IO ACORD CORPORATION 198E ACORD 25 (2001/0e) „/s /� r ` . RFP11 -002 Wrecker Services 18 20. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid disputes, or contract dispute(s) filed by or against the Proposer in the past five (5) years that is related to the services that the Proposer provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets, if necessary and write "see attached ") 21. ACKNOWLEDGMENT OF ADDENDA: Proposer acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated 22. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON /PHONE #: (Attach additional sheets if necessary and write "see attached ") The Bidder certifies that the Bidder has investigated each subcontractor /temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency RFP11 -002 Wrecker Services 19 maintains a fully- equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 23. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor, attach additional sheets if necessary and write "see attached ". 24. REFERENCES /EXPERIENCE OF PROPOSER WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years, attach additional sheets if necessary and write "see attached ". DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER /EMAIL ADDRESS /NAME OF CONTACT Have you any similar work in progress at this time? Yes No Length of time in business years months. Bank or other financial references: RFP11 -002 Wrecker Services 20 25. SUBMITTALS: The City of Ocoee requires comprehensive responses to every section within this RFP. To facilitate the review of the responses, Proposers shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Proposers with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Submissions shall be limited to a total of twenty -five (25) 8.5 "x 11" pages (excluding front and back covers, dividers, and all forms included in this RFP, additional sheets to complete the forms are excluded), single- sided, portrait orientation, 12 -point font, and contained in a three -ring binder or other format amenable to easy photocopying. The person signing the RFP on behalf of the Proposer shall have the legal authority to bind the Proposer to the submitted Proposal. In order to simplify the review process and obtain the maximum degree of comparison, the Proposer must provide the following content when responding to the RFP: Section 1 — Company Information • Firm's history: include location and number of years in business, etc. • List location of principal compound, hours of operation, and condition of Facilities. • List of all firm's supervisory employees, their qualifications, and their role for this contract. • Firm and employee certifications and registrations with regulatory agencies, professional organizations, etc. • Firm's sub - contractors, their qualifications, and their role in providing services. • List and quantity of firm's (and firm's sub - contractors' if applicable) equipment to be used for this contract. Section 2 — Company Experience /References /Qualifications • List of firm's other current or recently completed similar services within the past three (3) years with other public or private agencies. • List of at least three (3) client references to include organization name, contact person, telephone number (s), and e-mail address. • Litigation Summary. Section 3 — Proposal • Proposed Service Rates, use Exhibit B Proposal Form. • Proposed Implementation Plan/Technical Approach. • Record Keeping and Billing Procedures. RFP 11-002 Wrecker Services 21 Section 4 — All Forms Included in the RFP • Company Information /Signature Sheet • Other forms listed on Table of Contents to be submitted with your proposal. • Bid Security. 26. SELECTION CRITERIA: The criteria for making an award recommendation are: 1. Vendor Location (0 —10 points) 2. Facilities: Condition of facilities, convenience of principal compound location, hours of operation (0 — 20 points) 3. Equipment: Condition of equipment, availability and types of equipment to be used during the term of the contract. (0 — 20 points) 4. Experience, Staff, Technical approach, References - current and past performance of the proposing firm in providing directly related services of equal magnitude and complexity; competency of staff, owners and officers, and any subcontractors who will be directly involved managing the service on a daily basis, Number of full time staff assigned to this contract; Proposer's Qualifications and understanding of the Scope of this contract, Implementation Plan / Technical approach. (0 — 20 points) 5. Record keeping and billing procedures. (0 —10 points) 6. Service Rates. (0 — 20 points) As a part of the proposal evaluation process, the City may conduct a background investigation, including a record check by the Ocoee Police Department of the Proposer. Proposer's submission of a proposal constitutes acknowledgement of the process and consent to such investigation. No proposal shall be accepted from, nor will any contract be awarded to, any person, who is in arrears to the City, upon any debt or contract, or who is a defaulter, as surety or otherwise, upon any obligation to the City, or who is deemed irresponsible or unreliable by the City. RFP11 -002 Wrecker Services 22 A City selection committee will review and evaluate each Respondent's proposals and will short -list and recommend to the City Commission one or more qualified firms to provide the requested services. The City Commission's decision to accept, alter, or reject the selection committee's recommendation shall be final. The City reserves the right, before awarding the contract, to require a Proposer to submit such additional evidence of its qualifications, which may include oral presentations, as the City may deem necessary. The City shall be the sole judge of the competency of Proposers. All successful Proposers shall be required to execute an agreement that provides, among other things, for all plans, drawings, reports, and specifications resulting from Proposer's services to the City to become the property of the City. (Remainder of page left blank intentionally) RFP11 -002 Wrecker Services 23 EXHIBIT "A" SCOPE OF SERVICES CITY WIDE WRECKER TOWING SERVICES 1. Purpose The City Of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) and State of Florida Statutes, is soliciting proposals from experienced Contractors to establish a multi -year Contract for City -wide Wrecker Towing Services for the removal and storage of vehicles 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. This contract is for public roads and City vehicles only and does not include private. Respondents may bid on either Category One or Category Two or both categories, plus other proposal items listed on the Proposal Form. The City intends to award a contract to one or more Contractors experienced Contractors. The contract shall automatically be renewed annually unless terminated by the City in writing, for a maximum of five (5) years from the date of execution, with an optional one (1) year renewal. The contract may include a clause authorizing annual price adjustments. 2. Eligibility To be considered responsive to this RFP, Proposers must comply with all of the minimum requirements set forth in this document. The City reserves the right to negotiate with any or all of the responsive Proposers. To be eligible to provide towing services for the City, the Proposer must demonstrate that they have successfully completed services similar to those specified in this proposal. The Proposer must be regularly engaged in the towing business within the geographic boundaries described herein, have prior successful experience in providing similar services during the past three (3) years, required equipment, and organization sufficient to ensure that they can satisfactorily provide the services if awarded a contract. Proposer shall not have any pending criminal charges against the firm, principal owners, partners, corporate officers, or management employees. 3. Communications Contractor shall provide its own two -way radio or approved alternate communication system. The communications system shall be between Contractor's base station and service trucks that provide towing services for the RFP11 -002 Wrecker Services 24 City. The communication system shall be regularly checked and remain fully operational during the term of the Contract. 4. Storage Facilities The vendor shall maintain storage and outside storage facilities complying with all applicable building and zoning regulations located within a ten (10) mile radius from the City of Ocoee Police Department located at 646 Ocoee Commerce Parkway, Ocoee, Florida 34761 and contiguous to the Vendors base of operations other than further specified in this section. Such Facility will meet or exceed the following criteria. 4.1. Inside Storage 4.1.1. Roof; wall; solid floor, i.e., concrete or asphalt, free of standing water and vegetation; lockable door; alarm system approved by the Police Department. The area shall be accessible to authorized personnel only 4.1.2. Working area of 9'x20' per vehicle with at least a 10' ceiling. 4.1.3. Have, within thirty (30) days of award, a hydraulic rack capable of lifting vehicles totally off the floor or equivalent facilities to permit Police investigators to stand below the vehicle to make thorough investigations. 4.1.4. Electrical lighting source sufficient to permit processing of vehicle 4.1.5. One (1) outside window or ventilation system. 4.1.6. May not be located on the physical plant (grounds) of another business without prior approval of the Police Department; i.e., inside storage must be located inside the physical plant of the Contractor's business. 4.1.7. Contain a minimum of two (2) inside enclosed and secure storage spaces for the exclusive use of the Police Department. 4.2. Outside Storage 4.2.1. To be kept and maintained to include: the removal of junk tires and auto parts, the trimming of all shrubbery, trees and lawns (fence line and grounds), adequate drainage to prevent standing water after rainstorms.2. Must contain a minimum of fifty (50) spaces and housed so that a person may reasonably walk around each vehicle or trailer in an unobstructed manner RFP11 -002 Wrecker Services 25 4.2.2. Must be protected with an alarm system, guard dog, or approved equal and must be enclosed with a solid wall or a substantial wire fence not Tess than six (6) feet in height. 4.2.3. Contractor must provide outside storage, at outside storage rates, unless he receives written instructions from the City or vehicle owner to provide inside storage for that vehicle. 4.2.4. The fence shall screen the enclosed area from public view, storage shall be fully illuminated, and barriers shall be affixed to the top of the fence or wall to discourage access over the top. The fence or wall shall be kept in good repair throughout the contract term. Damage to the fence or wall shall be repaired within twenty -four (24) hours. 4.3. Crime Scene Storage 4.3.1. A storage facility for vehicles, which have been marked "hold" by the Ocoee City Police Department relative to a crime scene investigation shall be stored at the Contractor's Principal Compound in an enclosed, secure area. 4.3.2. Any vehicle towed, stored, and marked "hold ", relative to a crime scene investigation shall be handled with gloves, i.e. cloth, rubber or leather, by the wrecker operator, unless otherwise authorized by police personnel. 4.3.3. Crime scene vehicles shall be stored to prevent physical contamination or degradable evidence from deteriorating by coverage of the vehicles with tarpaulin type covers, or their equivalent or by storage in an enclosed secure facility. 4.3.4. If laboratory work on a crime scene vehicle must be processed at the City of Ocoee Police Department or other local facility, the crime scene vehicle shall be transported at no charge to the city.Ali Contractor storage facilities shall be subject to inspection and must be approved by the City prior to the award of a contract. Storage facilities shall also be subjected to periodic inspection when deemed necessary by the Police Department or other authorized City personnel during the life of this contract. Any discrepancies in the sole opinion of the City shall be submitted in writing to the Contractor and tens (10) days shall be allowed by the contractor to correct the discrepancies to the satisfaction of the City. 4.4. Facilities Location Changes In the event all storage facilities of the Contractor are filled to capacity, the Contractor shall not be relieved of responsibility to perform and is required RFP11 - 002 Wrecker Services 26 to make such arrangements for storage as will fulfill the requirements of the City. All storage space used, which is not listed in the original proposal, must meet the requirements of the Contract. No storage space or area shall be used or changed unless prior written approval is obtained from the Police Department. 5. Equipment Contractor shall have access to a certified scale to weigh vehicles at the Police Department's request. Contractor shall have a minimum of eight (8) vehicle skates to allow for the movement and positioning of vehicles for investigative purposes. 6. Towing Service Requests for public towing service and removal of traffic hazards shall be routed through the Police Department or the Code Enforcement Division. The Police Department or the Code Enforcement Division reserves the right to cancel a request for services from Contractor at any time, including up to time of hookup. Except in situations where a vehicle has a police hold, if the registered owner or other legally authorized person in control of the vehicle arrives at the scene prior to the removal or towing of the vehicle, the vehicle shall be disconnected from the towing or removal apparatus, and that person shall be allowed to remove the vehicle without interference upon payment of a reasonable service fee of not more than one half of the posted rate for such towing service for which a receipt shall be issued, unless that person refuses to remove a vehicle which is otherwise illegally or unlawfully parked. The Contractor agrees that the mere response to a service call scene without other action does not constitute a service for which charges are applicable. All vehicles being towed to Contractor's storage compound shall be taken directly to that area. Nothing herein will prevent the owner of a vehicle from selecting his /her own tow service. However, the Officer on the scene may take any action deemed necessary to clear the scene, including, but not limited to, cancellation of a wrecker up to time of hookup upon an unreasonable delay or an emergency condition. The location of the towed vehicles must be retained in the designated compound and removed only with proper authorization from the City of Ocoee Police Department. Should Contractor furnish a wrecker in a higher class than the one required for a particular class of vehicle, the only charges that would be authorized would be those for the proper class of wrecker for vehicle being towed. RFP11 -002 Wrecker Services 27 6.1. Delays The Contractor shall respond to requests for service within thirty (30) minutes of the receipt of request for service. If longer than thirty (30) minutes, a penalty may be imposed. The penalty shall be fifty dollars ($50.00) unless the Contractor has good cause in the opinion of an authorized Police Department Representative or the Contract Administrator. Penalty fees may be imposed following written notification of any delay of service beyond thirty (30) minutes. 7. Cleanup and Debris Removal After arrival at a scene, the tow truck operator shall remove any hazards and /or debris from the street as requested by the Police Officer. 7.1. Removal of Hazardous Waste Spills After arrival at a scene, the tow truck operator shall remove any hazards and /or debris from the street as requested by the Police Department. The Contractor must ensure all tow truck operators that perform hazardous materials cleanup meet all training and prescribed requirements of all applicable laws, rules and regulations. In addition, it shall be the responsibility of the Contractor to properly dispose of all hazardous materials and debris in accordance with all applicable laws, rules and regulations. An additional fee may be charged for hazardous material removal in accordance with the current rates set forth by Ocoee's Towing Fees (Exhibit "C "). 8. Protection of Vehicles and Property In addition to the responsibility of providing security for stored vehicles, Contractor shall assume responsibility for any articles of value left in the vehicle and listed on the property receipt form. Contractor shall replace any such article upon verification of the Toss by the designated investigative person representing the Police Department. Contractor shall assume total responsibility to ensure at time of tow that impounded vehicles shall remain in the same condition and retain the same equipment. The Contractor shall also assume responsibility for any articles of value left in the vehicle and listed on the Vehicle Inventory Receipt. Any complaints concerning thefts from a stored vehicle will be investigated by the Police Department and appropriate action taken. Provisions under this section do not preclude any aggrieved party from seeking remedy in the appropriate court. RFP11 -002 Wrecker Services 28 8.1. Weatherproofing of Vehicle If, in the opinion of a Contractor and with the concurrence of the owner and /or the Police Department, the vehicle requires special weather protection, the Contractor will so note it on the vehicle storage receipt and the Contractor shall be required to completely cover the vehicle with a weatherproof material and shall be allowed to charge a one (1) time fee for this service per Ocoee's Towing Fees (Exhibit "C "). No additional charges will be allowed. 9. Release of Vehicles The Contractor shall directly release any vehicle which has not been marked "hold" provided that the proper proof of identification and ownership is presented and payment of appropriate fees is received. Any vehicle tow which is marked "hold" will not be released without written authority from the Police Department. The Contractor shall release any vehicle towed in at the request of the Police Department only to the person whose name appears on the title or registration certificate as the registered owner or lien holder of the vehicle, or to the authorized agent of such person. The vehicles released by the Contractor shall be delivered to the public right of way at no additional charge. This shall include the use of any necessary equipment. Vehicles shall be available for release between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday, and 10:00 a.m. to 2:00 p.m. Saturdays, excluding holidays. 9.1. All motor vehicles which have not been reclaimed must be disposed of according to applicable State, City, and County laws. 10. Viewing of Impounded Vehicles Contractor 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 Contractor. Contractor 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's owner or representative shall be permitted to remove from the vehicle any and all personal possessions not affixed to the vehicle, including but not limited to telephones, tapes, tools, etc., and Contractor shall assist any vehicle's owner /agent in doing so. Vehicle owner /authorized representative shall acknowledge receipt of such property on a form provided by Contractor. No Vehicle marked hold will be allowed viewing or access without written consent of the Ocoee Police Department. RFP11 - 002 Wrecker Services 29 11. Equipment Availability If the Contractor sub - contracts, the Contractor is still responsible for meeting all of the requirements of these rules and regulations. 11.1. Contractor must have adequate up -to -date equipment and personnel (including certified drivers) capable of handling all types of vehicles and equipment in the safest possible way and in any situation that may arise to include underwater recovery. 11.2. Contractor shall use all appropriate equipment and safety procedures required to provide the services required of this contract. Failure to use proper equipment and safety precautions for each tow or retrieval constitutes a violation of the contract. 11.3. Contractor shall be responsible for all damages resulting from use of improper procedures and /or equipment. 12. Signage Contractor must post a City approved sign in its facility indicating charges authorized by the City, in accordance with this Contract. The sign must be minimum one (1) inch lettering and permanently and conspicuously posted in the area where the charges are paid to the Contractor. 12.1. The Contractor acknowledges it is an independent contractor and not an authorized agent, partner, affiliate, joint venture or representative of the City. The City is not responsible or liable for the acts, omissions, debts or default of the Contractor or its employees. 12.2. Contractor agrees that its tow sites or issued correspondence will not indicate any official relationship between the Contractor and the City Of Ocoee. 13. Forms The Contractor shall provide standardized, printed, sequentially numbered, City approved triplicate receipt forms listing the nature of the work performed. The rate schedule shall be printed on each copy of the form. The Contractor shall provide a separate invoice for each and every towing service provided under this contract. The basic information contained in the invoice shall include, but not be limited to, the following: A. Date of Service Call. RFP11 - 002 Wrecker Services 30 B. Service call number assigned by City. C. Location where tow originated and destination. D. Vehicle VIN number. E. Vehicle make and model. F. Vehicle license number. G. Driver's name and I.D. number. H. Reason for the tow such as: crash, parking, road blockage, City vehicle, confiscated, abandoned /derelict, etc. I. Breakdown of all towing, recovery, or storage charges. J. The following information shall be printed or stamped on the invoice /receipt and provided to owner when vehicle is picked up: 1. A policy statement concerning rates, policies, and procedures provided by the City. 2. A list of all approved rates. 3. City telephone numbers for questions or complaints regarding the contract. (The type size and content of this information is subject to City approval.) 14. Reports and Owner Notification The Police Officer, Community Service Aide or Code Enforcement Officer on scene will be Responsible for obtaining the information required on the vehicle towing /storage receipt for all Titled vehicles. The Police Officer, Community Service Aide or Code Enforcement Officer is required to submit a report describing the circumstances requiring the dispatch of a tow truck. The wrecker driver shall not remove a vehicle from the scene without a copy of a fully executed and legible receipt. If, at the time of removal, the name of the registered owner of the vehicle is not available, it shall be the responsibility of the Police Department to supply this information to the Contractor upon request. If the state of registration is unknown, the Contractor shall make a good faith effort to notify any potential owner or lien holder, and such notice shall be given with a reasonable period of time from the date of storage. Good faith effort means the following has been performed by the Contractor to establish ownership or interest in the towed vehicle: RFP11 - 002 Wrecker Services 31 A. Check of vehicle for any type of tag, tag record, temporary tag, or regular tag. B. Check of Law Enforcement Report for tag number, if the vehicle was towed at the request of a Law Enforcement Officer. C. Check of trip sheet or tow ticket indicating if a tag was on vehicle at beginning of tow. D. If there is no address of the owner on the impound report, check of Law Enforcement Report to see if an out -of -state address is indicated from the driver license information. E. Check of vehicle for inspection sticker or other stickers and decals that may indicate a state of possible registration. F. Check of the interior of the vehicle for any papers that may be in the glove box, trunk, or other areas for a state of registration. 14.1. The Contractor shall maintain a separate log of vehicles in which the owner or lien holder cannot be determined. This log shall be maintained at the tow location listing the date, time, method of notification; location towed from and total towing and storage charges. 14.2. The Contractor shall maintain, at his /her place of business, a file that will contain: 14.2.1. Vehicle towing /storage receipt of each vehicle on premises towed under this contract and proof of ownership notification and invoice of charges for all vehicles released. These receipts will be maintained sequentially according to the Police Case Number or Code Enforcement Case Number. Log of all calls for service on a monthly basis. 14.2.2. Notification log indicating date, time and method of notification to the registered owner of a towed, stored vehicle. Copies of all release forms. 14.2.3. Copies of all forms pertaining to the disposal of vehicles not claimed by owner(s). 14.2.4. A log indicating vehicles to be auctioned, date of auction, name and address of owner and /or lien holder, and date contacted. RFP11 -002 Wrecker Services 32 14.3. The Contract Administrator or designee reserves the right to examine any and all records relative to the contract, and said files and Togs shall be available for inspection and checking during normal working hours, during the entire term of this contract and for three (3) years thereafter. 14.4. The Contractor shall supply to the City: a Copy of public notice of sale prior to date of sale, a detailed listing of vehicle serial numbers, tow receipt number, year, make and model number of vehicle, moneys received, purchaser's name and address. 14.5. Copy of paid towing /storage receipt on a monthly basis identified by the towing receipt number. 15. Default and Cancellation 15.1. The occurrence of any of the following events shall constitute cause for canceling the Contract, and the Contract shall in fact automatically terminate upon the following: 15.2. Failing to respond three (3) times during the course of any year to City's request for tows.(A delayed response in excess of thirty (30) minutes may not be considered a failure to respond.) 15.3. The Contractor filing an Adjudication of Insolvency, reorganization or bankruptcy. 15.4. Abandonment of the premises or discontinuance of operation. 15.5. The making of a general assignment for the benefit of creditors. 15.6. Exceeding rates authorized by this Contract. 15.7. An unsatisfactory annual review (by the Contract Administrator) specifying anyone of the following: 15.7.1. Deficient performance. 15.7.2. Criminal Conduct. 15.7.3. Violations of State, Federal or Municipal Laws or Regulations. 15.7.4. Sustained complaints of rude or discourteous service. RFP11 -002 Wrecker Services 33 16. Competency of Contractor Pre - permit inspection of the existing or proposed facilities will be made after the submission of application. Applications shall be considered only from firms experienced in the towing business, and who can produce evidence that they have an established and satisfactory record of performance and have available the required equipment location, size and site and organization sufficient to ensure that they can properly execute the services required: Applicant must have all necessary county and local licenses and permits as may be required to operate the type of requisite business. The applicant is presumed to be familiar with all laws, ordinances, rules and regulations that may, in any way, affect the work. Ignorance of the foregoing on the part of the applicant will in no way relieve it from responsibility. Contractor shall provide standardized, printed sequentially numbered, City approved invoice forms listing the nature of the work performed, for the exclusive use of Police tows, Parking tows or Code Enforcement tows. A legible invoice shall be made for each and every vehicle towed. Contractor shall keep on file for three (3) years copies of all paid invoices, together with Vehicle Storage Receipts and any and all impound logs filed by sequentially incident numbered forms. These records shall be subject to inspection by designated City representatives during normal business hours. Contractor shall comply with all written procedures as issued jointly from time to time by the Parking Enforcement Division, the Police Department and the Code Enforcement Division, which will facilitate the release of towed and /or impounded vehicles to the owner. 17. Vehicle Classifications For charges as stated herein, fees charged shall be based on gross vehicle weight as set forth by Ocoee's Towing Fees (Exhibit "C "): 17.1. Towing Charge(s) - Maximum fee to be charged for towing each class of vehicle as set forth by Ocoee's Towing Fees (Exhibit "C "). This maximum fee shall include services associated with towing, winching, waiting time, overturning or use of a dolly or flatbed for any vehicle subject to tow. Proposer must have the ability to accept credit cards from the customer for the payment of storage and towing charges. *Cancellation after tow services engaged (vehicle not towed from scene) only half of the towing fee may be collected. RFP11 -002 Wrecker Services 34 17.2. Storage Charge(s) - Maximum fee to be charged for storage of each class of vehicle for each twenty -four (24) hour period, or portion thereof, after first six (6) hours, which is included in the above maximum towing fee as set forth by Ocoee's Towing Fees (Exhibit "C "). *Vehicles subject to forfeiture will not accrue storage or towing charges for the first thirty (30) days of storage. Proposer must have the ability to accept credit cards from the customer for the payment of storage and towing charges. 17.3. Service -call fees other than towing - A tow or hook -up fees and service -all fees are separate items. A service -call fee can be charged in addition to the tow service rendered i.e. repair flat or start vehicle. Any service call fee must be approved by vehicle owner prior to service provided. Service call fees are set forth by Ocoee's Towing Fees (Exhibit « 17.4. Administration (After 48 Hours) Administrative charges referred to and include verification of a vehicle identification number, search of vehicle for ownership information, preparation of documents required by Florida Statutes, preparation and mailing of any applicable notification letters, preparation of vehicle for auction. Contractor must actually perform research to determine ownership of and notification to vehicle owner. Written documentation of the effort to ascertain ownership of the vehicle must be in the form of a TAVIS report and must be made available upon request. Administrative charges shall not be imposed on vehicles with a police hold until or unless the hold is removed and such administrative services become applicable. 18. Annual Performance Review, Inspections and Audits The City may conduct an annual performance review of the Contractor. 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 Contractor 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, Contractor'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 Contractor. RFP11 -002 Wrecker Services 35 The Contractor 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. 19. General Terms 19.1. Any vehicle released at the scene by a Community Service Aide, a Code Enforcement Officer or a Police Officer may be towed to any location at owner or driver's request at towing rates in accordance with Ocoee's Towing Fees (Exhibit "C "). 19.2. Nothing herein will prevent the owner of a vehicle from selecting its own tow service. 19.3. Contractor shall abide by all applicable State, County and Municipal laws and regulations regarding impoundment and storage of vehicles. 20. Crime Victims Exemption If the towed vehicle is determined by the Police Department to be a crime scene and is being held for processing, no towing or storage charges shall be charged to the vehicle's owner. 21. Abandoned and Derelict Vehicles The Contractor may dispose of equipment to compensate for towing and storage charges after all responsibilities called for in accordance with Florida Statutes 713. The Contractor agrees to maintain a log at the place of business listing date, time, and method of notification. 22. Florida Statute Towing /Storage Guidelines Contractor will be required to follow the guidelines set forth in Florida State Statute 713.78 as it may be amended from time to time regarding liens for towing and storage. Contract will be required to comply with Florida State Statute 323.002 for municipal towing. 23. Equipment Requirements If awarded a contract, the Contractor is to provide the minimum number of wreckers in each classification listed below in accordance with the Rules of the Department of Highway Safety and Motor Vehicles Division of Florida Highway Patrol Wrecker Qualifications and Allocation System. RFP11 -002 Wrecker Services 36 Additional wreckers of a higher class may be substituted to meet the requirements for a lower class vehicle. If additional wreckers in any or all classes are required to handle the volume of tows requested under this contract, the Contractor is to provide them at no cost to the City. Contractor agrees to maintain a sufficient fleet of tow trucks and necessary equipment to perform the total contract service requirements, plus all other business including law enforcement and commercial. The City will be given preference on any call for service. All equipment shall be modern, commercially manufactured, and in good mechanical condition. No towing service equipment shall be used by the Contractor as an emergency vehicle. All towing vehicles must be equipped with a two -way radio or similar devise capable of covering all assigned territory and to the Contractor's Compound. Contractor shall have full control and total availability of all equipment listed below in his /her contract inventory. A. Class "A" Towing /Recovery Vehicle Specifications Quantity: 2, including flatbed car carriers 1. A truck chassis with a manufacturers rated capacity of at least 10,000 pounds gross vehicle weight. A complete commercially manufactured crane and winch having a manufacturers rating of at least 4+ tons must be mounted on the chassis. Hand crank winches do not satisfy these requirements and will not be approved. 2. A minimum of one hundred feet of 3/8 -inch cable. 3. Cradle or tow plate or tow sling to pick up vehicles. The cradle or tow plate is to be equipped with safety chains and so constructed that no further damage will occur when picking up vehicles. 4. Dual rear tires. 5. Vehicles, which are equipped with wheel lifts or equivalent, may also qualify as Class "A" tow trucks so long as all other applicable requirements are met. 6. In addition, Contractors should have sufficient roll -back or slide back car carriers with specifications and equipment as follows: A minimum of a one - ton truck with a sixteen foot bed, dual wheels and one winch with an 8,000 pound capacity. A minimum of 50 feet of 3/8 -inch cable. A brake lock RFP11 -002 Wrecker Services 37 device. A minimum of two safeties tie down chains twenty feet in length. Tow spot (flood) lights mounted on the rear. B. Class "B" Towing /Recovery Vehicle Specifications Quantity: 1 1. A truck chassis with a minimum manufacturer's capacity of 15,000 pounds GVW.A total boom capacity of not Tess than 6 tons. A power winch with a pulling capacity of not less than 10 tons 2. Minimum of 200 feet of at least 7/16 inch cable. 3. Cradle tow or tow sling to pick up vehicles. Cradle or tow plate to be equipped with safety chains 4. Double booms so constructed as to permit splitting or single boom, hydraulic elevated and extendible with 360 degrees swivel at end of boom 5. Dual rear tires. 6. Two snatch blocks — eight (8) ton rating. 7. Floor lights on the hoist. C. Class "C" Towing /Recovery Vehicle Specifications Quantity: 1 1. A truck chassis with a manufacturers rated capacity of at least 30,000 pounds gross vehicle weight for single axle trucks and 50,000 pounds gross vehicle weight for tandem axle trucks. A complete twin winch, commercially manufactured crane and a winch having a manufacturers rating of at least 25+ ton capacity mounted on the chassis. 2. A minimum of two hundred (200) feet of at least 5/8 -inch cable on each drum. 3. Air brakes so constructed as to lock the rear wheels automatically upon failure. 4. Air brake system to supply air to disabled vehicles. 5. A cradle or tow plate or tow sling to pick up vehicle. The cradle or tow plate or tow sling is to be equipped with safety chain and so constructed that no further damage will occur when picking up vehicles. RFP11 - 002 Wrecker Services 38 6. Dual rear wheels. D. Special Equipment: Equipment such as a Lowboy, air cushions, or major street clean up equipment does not have to be part of the Contractor's inventory. However, Contractor must demonstrate, to the satisfaction of the City, that such equipment is immediately available to them when the need for this infrequently used equipment occurs. Lowboy specifications: 1. Hydraulic roll back, flatbed, tilt, self - loading with 50,000 minimum capacities. 60,000 pounds GVW. 2. Hydraulic winch capacity of 10,000 pounds minimum. 3. Size: 48 feet long and 102" wide. 4. Contractor must have access to a certified scale capable of weighing vehicles involved in serious or fatal accidents at the request of the investigator. Note: The COMPANY will be required to have a minimum of two (2) vehicles available at all times to respond within thirty (30) minutes to an emergency scene, on a twenty -four (24) hour basis, seven (7) days a week, to assist the Ocoee Police or Fire Departments with extrication. E. Miscellaneous Requirements 1. Wreckers shall be properly equipped with clearance and marker lights and all other equipment as required by the Florida Statutes. 2. There shall be a rotor beam or strobe type light, amber in color, mounted on the wrecker in such a manner that it can be seen from the front, rear and both sides. 3. Dollies for all vehicles except for Class "C" and roll back carriers. 4. At least one heavy duty push broom with a minimum width of 24 inches on each vehicle. 5. Flood light on the hoist. 6. Minimum of one square shovel per each vehicle. 7. One crowbar or pry bar with a minimum length of thirty (30) inches per vehicle. RFP11 -002 Wrecker Services 39 8. A minimum of one 5 pound CO2, or dry chemical fire extinguisher or equivalent. The extinguisher must be of an approved type and have attached a current inspection tag. The extinguisher must be mounted so as to be readily accessible on every vehicle 9. One pair of bolt cutters with a minimum '/ inch opening per vehicle. 10. One set of jumper cables per vehicle. 11. One four -way lug wrench per vehicle. 12. One flashlight per vehicle. 13. Five thirty (30) minute fuses per vehicle. 14. One snatch block for each winch, manufacturers rating to match winch, except for roll back carrier. 15. External air hookup and hoses for Class "C" trucks. 16. Extra towing chain six to eight feet in length with hooks per vehicle. 17. At least six safety cones or triangle reflectors per vehicle. 18. Fifty pounds of sand or suitable equivalent per vehicle. 19. Motorcycle trailer. (Remainder of page left blank intentionally.) RFP11 - 002 Wrecker Services 40 EXHIBIT "B" PROPOSAL FORM SERVICE RATES The maximum rates to be charged for vehicles or trailer owners or their designees for towing, Storage and standby wrecker service as a specified in Exhibit "C ". Services are to be provided at no charge to the vehicle or trailer, owner or his designee whenever service was requested in error pursuant to an Ocoee Police Department request. Such charges are to be billed to the Ocoee Police Department at the rates as specified herein. THERE WILL BE NO CHARGE FOR TOWING VEHICLES OR TRAILERS SEIZED FOR FORFEITURE. AT THE REQUEST OF CITY PERSONNEL / NON -CITY OWNED VEHICLES (Estimated 740 tows annually) CATEGORY ONE - LIGHT 1. Class A: Standard Tow — Towing Passenger Cars, Trailers, Trucks, and Special Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters, up to 10 miles: Rate $ per tow, per vehicle or trailer. Each additional mile over 10 miles is $ per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer$ Administrative Fee (after 48 hours) $ Time on scene (after first 30 minutes) per quarter hour $ 2. Class B: Standard Tow - Towing Trucks, Trailers and Special Service Vehicles, over 10,001 pounds GVW up to 19,500 pounds GVW, up to 10 miles. Rate $ per tow, per vehicle or trailer. Each additional mile overl0 miles is $ per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer$ Administrative Fee (after 48 hours) $ RFP11 -002 Wrecker Services 41 Time on scene (after first 30 minutes) per quarter hour $ CATEGORY TWO - HEAVY 3. Class C: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles, Over 19,500 pounds GWV up to25, 000 pounds GVW, up to 10 miles: Rate $ per tow, per vehicle or trailer. Each additional mile over 10 miles is $ per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer$ Administrative Fee (after 48 hours) $ Time on scene (after first 30 minutes) per quarter hour $ 4. Class D: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles over 25,000 pounds GWV, up to 10 miles: Rate $ per tow, per vehicle or trailer. Each additional mile over 10 miles is $ per mile, per tow, per vehicle or trailer. Storage per day per vehicle or trailer$ Administrative Fee (after 48 hours) $ Time on scene (after first 30 minutes) per quarter hour $ STORAGE RATE The daily rate for storing a vehicle in storage is based on a Twenty -four (24) hour day. The first six (6) hours of each storage shall be free (i.e., from time of arrival at the storage facility through the sixth hour thereafter).Subsequently, and for each twenty -four (24) hour or portion thereof, a storage fee may be assessed in accordance with the bid. The maximum rates the Vendor is to charge vehicle or trailer owners or their designees for storage is as specified in Exhibit "C ". THERE WILL BE NO CHARGE FOR STORAGE FOR VEHICLES OR TRAILERS SEIZED FOR FORFEITURE IF THE OCOEE POLICE DEPARTMENT OBTAINS A FINAL JUDGEMENT OR FORFEITURE. RFP11 -002 Wrecker Services 42 HOURLY CHARGE In addition to the maximum rates charged owners or their designees for towing services, the Vendor is allowed to charge a additional rate as specified below to cover all charges for any and all additional equipment including additional .tow trucks, tools and consumable items to perform any and all of the following: Servicing rollovers or submerged vehicles or trailers. Dropping (releasing) drive shafts on vehicles over one (1) ton only. Removing bumpers on vehicles one (1) ton and over only. Airing up brakes. Providing air bags. Note: 1. The Vendor is not allowed to charge separately for each of the above items; only one additional hourly rate is to be charged regardless of the number of circumstances involved and services performed. 2. The Vendor is not allowed to charge in addition to the tow fee for: Dropping (releasing) drive shafts on vehicles up to one (1) ton, or for Double hookups. HOURLY RATE CHARGE FOR ADDITIONAL EQUIPMENT AND CONSUMABLES CATEGORY ONE - LIGHT $ per hour for Passenger Cars, Trailers, Trucks, and Special. Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters. $ per hour for Towing Trucks, Trailers and Special- Service Vehicles, over 10,001 pounds GV\N up to 19,500 pounds GV\N. CATEGORY TWO — HEAVY $ per hour for Towing Trucks, trailers, and Special Service Vehicles, over 19,500 pounds GVW up to 25,000GVW $ per hour for Towing Trucks, trailers, and Special Service Vehicles, over 25,000 pounds. RFP11 -002 Wrecker Services 43 AIR BAGS $ per hour for use of air bags for trucks and special service vehicles over two and one -half (2.5) tons. FIXED RATE CHARGES In addition to maximum rates charged owners or their designees for towing services, the Vendor is allowed to charge an additional fixed fee of $ per tow to utilize dollies. At the request of the City, written justification is to be submitted for use of dollies under circumstances in question by the City. WAITING TIME The Vendor may charge for waiting time after the first (30) minutes at the hourly rate specified in this section on a pro -rate basis in fifteen (15) minute increments as further specified below: Total Waiting Time Pro -Rata After the First Thirty Minute- Amount$ 31 to 45 minutes - One quarter of the hourly rate. 46 to 60 minutes - One half the hourly rate. 61 to 75 minutes - Three quarters the hourly rate. 76 to 90 minutes - One full hourly rate. ADDITIONAL SERVICES The Vendor is to respond to request from the Ocoee Police Department officer at the scene to unlock a vehicle door by means of a slim Jim or other similar device when no tow is required. The Vendor agrees to charge a flat fixed fee specified below to unlock vehicles when no tow is required: The Flat Fixed Fee to Unlock Vehicle Doors is $ If the Vendor is unable to unlock the vehicle door(s), no charge for this service is to be incurred by either the city or the vehicle owner or his designee. The Vendor agrees to charge a fixed flat Fee specified below to weatherproof a vehicle when advised to do so by the owner and/ or the Ocoee Police department of $ The Vendor agrees to charge a flat fixed Fee to Immobilize (Booting) a vehicle of $ The vendor agrees to charge only the actual cost incurred for Hazardous waste removal. Documentation will be provided upon request. RFP11 - 002 Wrecker Services 44 WINCH RECOVERY (Vehicle not towed and all times are for actually on scene) CATEGORY ONE - LIGHT Class A for first 30 minutes. $ Each additional 30 minutes $ Class B for the first 30 minutes $ Each additional 30 minutes $ CATEGORY TWO - HEAVY Class C for the first 30 minutes $ Each additional 30 minutes $ Class D for the first 30 minutes $ Each additional 30 minutes $ (Remainder of page left blank intentionally.) RFP11 - 002 Wrecker Services 45 AT THE REQUEST OF CITY PERSONNEL / CITY OWNED VEHICLES (Estimated 85 tows annually) The maximum rates to be charged the City for towing, road service or storage services for any vehicle or trailer which is owned, operated, or leased by the City (except leased vehicles or trailers where the leaser is responsible for the required towing) from its point of disability (whether same be within the City or in an outlying area within Orange or Seminole or Lake County, usual and customary to the particular usage of the vehicle by the City) to any point within the City, as may be directed. CATEGORY ONE - LIGHT Class A: Standard Tow - Towing Passenger Cars, Trailers, Trucks, and Special Service Vehicles, up to 10,000 pounds GVW, and Motorcycles and /or Motor Scooters, up to 10 miles: Rate $ per tow, per vehicle or trailer. Each additional mile over 10 miles is $ per mile, per tow, per vehicle or trailer. Class B: Standard Tow - Towing Trucks, Trailers and Special Service Vehicles, over 10,001 pounds GV\N up to 19,500 pounds GVIN, up to 10 miles: Rate $ per tow, per vehicle or trailer. Each additional mile over 10 miles is $ per mile, per tow, per vehicle or trailer. CATEGORY TWO - HEAVY Class C: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles, over 19,500 pounds GVIN up to 25,000 pounds GVW, up to 10 miles: Rate $ per tow, per vehicle or trailer. Each additional mile over 10 miles is $ per mile, per tow, per vehicle or trailer. RFP1 1-002 Wrecker Services 46 Class D: Standard Tow - Towing Trucks, trailers, and Special Service Vehicles, over 25,000 pounds GVW, up to 10 miles: Rate $ per tow, per vehicle or trailer. Each additional mile over 10 miles is $ per mile, per tow, per vehicle or trailer. THE CITY -WILL NOT ACCEPT ADDITIONAL CHARGES FOR ANY TOWING SERVICES PROVIDED. STORAGE RATE The daily rate for storing a vehicle is based on a twenty -four (24) hour day. The first six (6) hours of each storage shall be free (i.e., from time of arrival at the storage facility through the sixth hour thereafter). Subsequently, and for each twenty -four (24) hour or portion thereof, a storage fee may be assessed in accordance with the bid. The maximum rates the Vendor is to charge a vehicle or trailer owned by the City of Ocoee for storage is: 1. General Storage rate for a City of Ocoee vehicle per space on a twenty -four (24) hour basis is:$ ROAD SERVICES The Vendor is allowed to charge a fixed flat rate for road Services as specified below: Battery Boost $ Tire Changing $ (Remainder of page left blank intentionally.) RFP11 -002 Wrecker Services 47 EXHIBIT "C" OCOEE'S TOWING FEES TOWING FEES FOR NON CONSENT TOWS (I.P. TOWING) CATEGORIES AND MAXIMUM FEES FOR RECOVERY, TOWING, REMOVINGS, STORING OR IMMOBILIZATION OF VEHICLES ON PRIVATE PROPERTY Regulation Established The fees established below are the maximum dollar amounts that business enterprises are authorized to charge as fees to vehicle owners for recovering, towing, removing, or storing vehicles, which are taken into possession of business enterprises, or for the immobilization of vehicles. The definitions in the Towing and Immobilization Company Regulating Ordinance shall be applicable to this regulation. I. Categories and Fee Maximum fees for towing, removing, or storing vehicles with a gross vehicle weight rating of less than 10,000 lbs. without regard to the classification of the towing vehicle, removed from other than private property, including tows directly by law enforcement or other municipal agencies. 1. Class A: Towed vehicle gross vehicle rating Tess than 10,000 lbs. (a) Towing: $120.00. (b) Time on scene after 30 minutes- $15.00 per quarter hour. (c) Storage per day $ 20.00. (d) Administration Fee (after 48 hours) $ 50.00. (e) Mileage over 10 miles $3.00 per full mile. 2. Class B: Vehicle in tow has a gross vehicle weight rating of 10,000 lbs. but less than 19,500 lbs. (a) Towing $220.00. (b) Storage, per day $ 30.00. (c) Time on scene after 30 minutes $50.00 per quarter hour. (d) Administration Fee (after 48 hours) $ 50.00. (e) Mileage after 10 miles- $4.00 per full mile. 3. Class C: Vehicle in tow has a gross vehicle weight rating of 19,500 lbs. but less than 25,000 lbs. RFP11 -002 Wrecker Services 48 (a) Towing $330.00. (b) Storage, per day $ 60.00. (c) Time on scene after first 30 minutes - $75.00 per quarter hour. (d) Administration Fee (after 48 hours) $ 50.00. (e) Mileage after first 10 miles $5.00 per full mile. 4. Class D: Vehicle in tow has a gross vehicle weight rating greater than 25,000 lbs. (a) Towing $440.00. (b) Storage, per day $ 60.00. (c) Time on scene after 30 minutes - $100.00 per quarter hour. (d) Administration Fee (after 48 hours) $ 60.00. (e) Mileage after 10 miles- $6.00 per full mile. ALL ACTUAL COST INCURRED IN OBTAINING OWERSHIP INFORMATION AND PROVIDING NOTICE. *Applicable only when company providing service must actually perform research to determine ownership of and notification to vehicle owner, lien holders or insurance companies. Written documentation of the effort to ascertain ownership of the vehicle must be in the form of a TAVIS report or similar documentation and be made available for inspection by the City upon request. Costs shall mean actual fees charged by the State of Florida for obtaining ownership information and shall include the cost of actual postage fees, advertising fees (if more than a single vehicle is advertised in the same advertisement the cost of the advertisement shall be prorated per vehicle), and title search for out -of -state vehicles. Proof of all costs incurred by company must be made available for inspection by the City upon request. Winch Recovery (Vehicle not towed and all times are for time actually on the scene). (1) Class "A" Vehicle: A. First 30 minutes $100.00. B. Each additional 30 minutes $50.00. (2) Class "B" Vehicle: A. First 30 minutes per truck $175.00. B. Each additional 30minutes$87.50. RFP11 -002 Wrecker Services 49 (3) Class "C" Vehicle: A. First 30 minutes per truck $300.00. B. Each additional 30minutes$150.00. (4) Class "D" Vehicle: A. First 30 minutes per truck $400.00. B. Each additional 30minutes$200.00. Immobilization (Booting). Twenty -Five Dollars ($25.00) per vehicle is hereby fixed as the maximum fee for each immobilization (booting) for any vehicle. II. Recovery Pursuant to Section 715.07(2) (a), 3. Florida Statutes, the vehicle shall be disconnected from the towing apparatus upon the payment of not more than one -half of the rate for towing service. For all classifications of vehicle recovery, where the vehicle is released at the scene, the maximum fee for the category of recovery shall be one -half of the applicable towing rates established by the vehicle's maximum gross vehicle weight rate under Item # 1, Categories and Fees. The category of recovery is hereby established and defined as follows: to take possession of a vehicle and its contents and to exercise control and supervision over the vehicle. This category is established to provide for those occasions where the vehicle owner arrives at the towing scene before towing and removal, or in the case of a non - consensual tow, where the recovery is directed by law or municipal enforcement. III. Storage Pursuant to Section 713.78 (2), Florida Statues, no storage fee shall be charged if the vehicle removed is stored for less than six (6) hours. Vehicle storage begins at the time the vehicle arrives at the storage facility and charges are based on each day which shall mean each consecutive twenty -four hour period from the time of arrival. The category of Storage for Vehicles removed at the request of an authorized agent, property owner or law enforcement officer, derived from the Ordinance definition of "store ", is hereby established and defined as follows: To place and to leave a vehicle towed at the direction of an agent authorized to make the direction to a site where the towing company, or a person on the initiation of the towing company, exercises control and supervision over the vehicle. IV. Exclusive Fees The amount of fees and the fee categories established by this Part shall be exclusive fees. In other words, there shall be no other fees or categories of service that business enterprises, may demand and collect from vehicle owners. V. Towing Rates The rates herein are based upon rates charge by Orange County. Shall Orange County rates be amended; the City Of Ocoee reserves the right to also amend rates herein. RFP11 -002 Wrecker Services 50 VI. Personal Property An owner of a vehicle shall be allowed to remove personal unattached property from their vehicle on a "one time" only basis at no additional charge. An additional charge of twenty dollars ($20.00) may be assessed for each subsequent request to remove personal unattached property. No other charges may be imposed. (Remainder of page left blank intentionally.) RFP11 -002 Wrecker Services 51 RFP #11 -002 COMPANY INFORMATION & SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/ FEE RATES PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME /TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # Individual; Corporation; Partnership; Other (Specify) Sworn to and subscribed before me this day of , 20 . Personally Known or Produced Identification Notary Public - State of County of (Type of Identification) Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public RFP1 1-002 Wrecker Services 52