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 21 <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 herei n. <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 <br />releases vehicles at the storage compound. <br /> <br />3.8 FORFEITURE/CRIME SCENE TOW RATES <br />All vehicles towed to the City's Police Department for crime scenes and forfeitures will be at no <br />cost to the City. If a vehicle is returned to a towing contractor for release, the Contractor shall <br />charge the 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 <br /> evidence of ownership or valid first party lease of the r equired number of wreckers and slide back <br /> carriers. A rental agreement of Class B or C wreckers does not meet the qualifications of this <br /> contract. All equipment shall be maintained in a state of readiness for response as delineated in <br /> this contract, and 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. <br />All equipment shall be free of unsightly damages and shall always be clean and presentable to the <br />public. Inappropriate decals on tow trucks shall be removed. City reserves the right to determine <br />what is inappropriate. All trucks shall have fenders, doors, hoods, and bumpers intact at all times <br />when in operation. Company names, addresses, and phone numbers shall be visible on both doors <br />of the proposer call for service vehicles. <br /> <br /> EQUIPMENT REQUIRED ON EACH VEHICLE: <br /> <br />1. Sand or oil absorbent material <br />2. Heavy duty broom <br />3. Reflectors <br />4. Proper safety lights <br />5. Amber rotational dome light <br />6. Two flood lights at rear
The URL can be used to link to this page
Your browser does not support the video tag.