My WebLink
|
Help
|
About
|
Sign Out
Home
Browse
Search
RFP 17-11-01 Towing Services
SIBFL
>
City Clerk
>
Bids-RFQ-RFP
>
RFP
>
RFP No. 17-11-01 Towing Services
>
RFP 17-11-01 Towing Services
Metadata
Thumbnails
Annotations
Entry Properties
Last modified
11/8/2017 4:40:53 PM
Creation date
11/8/2017 4:39:27 PM
Metadata
There are no annotations on this page.
Document management portal powered by Laserfiche WebLink 9 © 1998-2015
Laserfiche.
All rights reserved.
/
50
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 />City of Sunny Isles Beach |Request for Proposal No. 17-11-01 13 <br /> <br /> <br /> <br /> <br />2.11 BACKGROUND CHECKS <br /> <br />The successful Proposer will be responsible for hiring the necessary personnel to conduct the <br />specified services and will comply with all federal, state, and local laws related to minimum wage, <br />social security, nondiscrimination, Americans with Disabilitie s Act (“ADA”), unemployment <br />compensation, and workers’ compensation. All staff assigned to this contract shall be required, at <br />their sole cost and expense, to pass a criminal background check prior to award of the contract. <br />The criminal background check shall consist of a Florida Department of Law Enforcement (“FDLE”) <br />Florida Crime Information Center/National Crime Information Center (“FCIC/NCIC”) criminal <br />records check. Any employee not meeting this requirement will not be permitted to work at any <br />City facility. <br /> <br />2.12 ANCILLARY SERVICES <br /> <br />Any ancillary services are to be performed only if required and appropriate. If any such charges <br />are questioned by the City, and such ancillary services were not noted on the Vehicle Storage <br />Receipt, it shall be the Contractor's responsibility to prove the validity of such charges. <br /> <br />2.13 CONTRACTOR'S EQUIPMENT DURING STATE OF EMERGENCY OR DISASTER <br /> <br />Each Contractor that is selected by the City and awarded a contract to tow for the City shall be <br />responsible for the following: <br /> <br />The Contractor that is on call or on duty for the session or time frame when an emergency or <br />disaster strikes shall have available at least two (2) Class A wreckers or Class A flatbeds at the <br />disposal of the City's Police Department. <br /> <br />Contractors that are not on call or not on duty when an emergency or disaster strikes will make <br />available one (1) Class A wrecker or Class A flatbed to the City's Police Department. <br /> <br />The City Manager or his designee will declare a state of emergency or state of disaste r. The City <br />Manager or his designee will then notify each Contractor that a state of emergency or state of <br />disaster exists and the required equipment is ordered on standby. <br /> <br />2.14 SUBCONTRACTORS <br /> <br />If the Contractor proposes to use subcontractors in the course of providing these services to <br />the City, this information shall be a part of the bid response, attachment C. Such information shall <br />be subject to review, acceptance and approval of the City, prior to any contract award. The City <br />reserves the right to approve or disapprove of any subcontractor candidate in its best interest and <br />to require Contractor to replace subcontractor with one that meets City approval. <br />
The URL can be used to link to this page
Your browser does not support the video tag.