My WebLink
|
Help
|
About
|
Sign Out
Home
Browse
Search
RFP 23-05-01 Towing Services
SIBFL
>
City Clerk
>
Bids-RFQ-RFP
>
RFP
>
RFP No. 23-05-01 Towing Services
>
RFP 23-05-01 Towing Services
Metadata
Thumbnails
Annotations
Entry Properties
Last modified
5/12/2023 1:33:59 PM
Creation date
5/12/2023 1:30:48 PM
Metadata
There are no annotations on this page.
Document management portal powered by Laserfiche WebLink 9 © 1998-2015
Laserfiche.
All rights reserved.
/
35
PDF
Print
Pages to print
Enter page numbers and/or page ranges separated by commas. For example, 1,3,5-12.
After downloading, print the document using a PDF reader (e.g. Adobe Reader).
View images
View plain text
<br /> RFP # 23-05-02 19 <br /> <br />CITY OF SUNNY ISLES BEACH <br />18070 Collins Ave. | Sunny Isles Beach, FL 33160 <br />305.792.1707 | sibfl.net | Purchasing@sibfl.net <br />accordingly in the event that said Contractor fails to respond to a call within the required <br />response times specified below: <br /> <br />Required Response Times <br />Service Request Required Response Time <br />Within <br />Penalty Amount <br /> <br />Emergency <br />Non-Emergency <br />Exceeds 30 minutes <br />Exceeds 45 minutes <br />$125.00 <br />$100.00 <br /> <br /> <br />3.7 NON-CONSENT TOW RATES <br /> <br /> Non-Consent Tow Rates shall be in accordance with Miami-Dade County Maximum rates (Refer to <br /> Attachment “A”) and will only be adjusted by County revisions to these rates. By submitting this <br /> proposal, the proposer agrees to charge the rates specified herein. <br /> <br />Contractors shall have contract rates posted in an area that will be plainly visible to the public <br />(offices, waiting area, etc.). The rates and heading shall be posted wherever the contractor releases <br />vehicles at the storage compound. <br /> <br />3.8 FORFEITURE/CRIME SCENE TOW RATES <br /> <br />All vehicles towed to the City's Police Department for crime scenes and forfeitures will be at no cost <br />to the City. If a vehicle is returned to a towing contractor for release, the Contractor shall charge the <br />contract rates for towing and storage to owner. <br /> <br />3.9 EQUIPMENT REQUIREMENTS <br /> <br /> Proposers shall provide and maintain and have available at all times a minimum of the following <br /> equipment (described in further detail below): <br />• Four (4) Class A wreckers <br />• Two (2) slide-back carriers, Class A or B <br />• One (1) Class B wrecker <br />• One (1) Class C wrecker (or greater) <br /> <br />All vehicles must be owned or directly leased by the proposer. The proposer shall produce evidence <br />of ownership or valid first party lease of the required number of wreckers and slide back carriers. <br />A rental agreement of Class B or C wreckers does not meet the qualifications of this contract. All <br />equipment shall be maintained in a state of readiness for response as delineated in this contract, and <br />be for the sole use of the Contractor. <br /> <br />All wreckers will be registered and shall have the appropriate licenses to operate as wreckers. All <br />equipment shall be free of unsightly damages and shall always be clean and presentable to the public. <br />Inappropriate decals on tow trucks shall be removed. City reserves the right to determine what is <br />inappropriate. All trucks shall have fenders, doors, hoods, and bumpers intact at all times when in <br />operation. Company names, addresses, and phone numbers shall be visible on both doors of the <br />proposer call for service vehicles. <br />
The URL can be used to link to this page
Your browser does not support the video tag.