Loading...
HomeMy WebLinkAboutCity of Tamarac Ordinance O-2023-021Temp. Ord. #2540 November 8, 2023 Page 1 of 6 CITY OF TAMARAC, FLORIDA ORDINANCE NO. 0-2023- Oa AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING A TOWING SERVICES FRANCHISE AGREEMENT TO D & G TOWING & RECOVERY, LLC THROUGH JULY 31, 2027 INCLUDING AN OPTION TO RENEW FOR ONE ADDITIONAL FIVE (5) YEAR PERIOD AND PROVIDING FOR MONTH TO MONTH EXTENSIONS AS REQUIRED; AUTHORIZING THE COLLECTION OF AN ADMINISTRATIVE FEE OF 25% OF THE MAXIMUM TOWING RATES TO COVER THE CITY'S COSTS PURSUANT TO THE REQUIREMENTS OF SECTION 323.002(4), FLORIDA STATUTES; IN ACCORDANCE WITH THE MAXIMUM TOWING RATES AS ESTABLISHED UNDER THE BROWARD COUNTY ADMINISTRATIVE CODE PART IX, CHAPTER 40.50; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE AGREEMENT PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Florida Statutes provide that municipalities shall have the governmental, corporate, and proprietary powers to enable them to conduct municipal government, perform municipal functions, and render municipal service, and exercise any power for municipal purposes, except when expressly prohibited by law; and CODING Words in type are deletions from existing law, Words in underscored type are additions WHEREAS, Article IV, Section 4.07 Temp. Ord. #2540 November 8, 2023 Page 2 of 6 of the City Charter of the City of Tamarac ("City") empowers the City to adopt, amend, or repeal such ordinances and resolutions as may be required for the proper governing of the City; and WHEREAS, the city desires to have an additional Agreement for Towing Services to provide for an additional Towing provider in the City of Tamarac to supplement the City's existing Towing Franchise Contractor as the result in an increase in natural disasters and the need to enhance the city's efforts towards beautification; and WHEREAS, the City issued and formally advertised Request for Proposal #23-25R on April 30, 2023; and WHEREAS, Three (3) firms, responded to the Request for Proposal that was due on May 23, 2023 as follows: D & G Towing & Recovery, LLC J & J Towing, Inc. Towmaxx Towing Services, LLC and WHEREAS, and Evaluation Committee appointed by the City Manager comprised of the BSO Captain for the Tamarac District, the Community Development Department Code Compliance Manager, the CMO Chief of Staff, the Public Services Department Operations Manager and the Financial Services Department Accountant II, facilitated by the Purchasing & Contracts Manager met on August 17, 2023 to rank the proposals; and CODING: Words in s#sl � type are deletions from existing law; Words in underscored type are additions. Temp. Ord. #2540 November 8, 2023 Page 3 of 6 WHEREAS, the Evaluation Committee ranked D & G Towing & Recovery, LLC, as the highest ranked firm, and further recommended that D & G Towing & Recovery, LLC be the sole awardee of a Franchise Agreement for Supplemental Towing Services, with a copy of the evaluation committee ranking included herein as Exhibit "1 ,- and WHEREAS, the cost of services to the public as enumerated in the Request for Proposal are to be in accordance with rates established by Part IX, "Environmental and Consumer Protection Division", Chapter 40.50 "Environmental and Consumer Protection Fee Schedule", of the Broward County Administrative Code to cover the cost of enforcement, including parking enforcement by the City when a vehicle is towed from public property; and WHEREAS, it is the desire of the City to award an additional non-exclusive Franchise Agreement for Towing Services to D & G Towing and Recovery, LLC, effective upon award of the Agreement, through July 31, 2027, with the option to exercise one (1) five (5) year renewal option upon completion of the initial Franchise Agreement term and providing for month -to -month extensions if an Agreement is not in place upon the expiration of the initial Agreement term or any subsequent renewal option; and WHEREAS, Section 7.19 of the City of Tamarac Charter requires the award of all franchises to be made by ordinance; and WHEREAS, it is the recommendation of the Director of Public Services and the Purchasing and Contracts Manager that the City Commission approve an Agreement with CODING: Words in type are deletions from existing law, - Words in underscore type are additions. Temp. Ord. #2540 November 8, 2023 Page 4 of 6 D & G Towing & Recovery, to furnish towing services for a period effective upon award of the Agreement, through July 31, 2027; and WHEREAS, the City Commission of the City of Tamarac has deemed it to be in the best interest of the business owners, residents, and visitors of the City of Tamarac to award Request for Proposal #23-25R and execute an Agreement with D & G Towing & Recovery providing for towing services. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing whereas clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Ordinance upon adoption hereof; all exhibits attached hereto are incorporated herein and made a specific part thereof. SECTION 2: The Agreement between the City and D & G Towing & Recovery, LLC attached as Exhibit "2", to provide towing services for the period beginning effective upon award of the Agreement, through July 31, 2027, with the option to exercise one (1) five (5) year renewal option upon completion of the initial term is approved. The appropriate City officials are authorized to execute the Agreement on behalf of the City. SECTION 3: All Ordinances or parts of Ordinances, and Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any provision of this Ordinance or the application thereof to CODING: Words in type are deletions from existing law, Words in underscored type are additions. Temp. Ord. #2540 November 8, 2023 Page 5 of 6 any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Ordinance that can be given affect without the invalid provision or application, and to this end the provisions of this Ordinance are declared to be severable. SECTION 5: This Ordinance shall become effective immediately upon its passage and adoption. "The remainder of this page is left blank intentionally" CODING: Words in type are deletions from existing law; Words in underscored type are additions. PASSED, FIRST READING this o?.Slr^_day of Oc-ToP-OfL- 2 02 3. PASSED, SECOND READING this 8" day of ►NW6y5,5623. ATTEST: IMBERL DILLON, CMC CITY CLERK Temp. Ord. #2540 November 8, 2023 Page 6 of 6 MICHE LE J. iGOAMEZ MAYOR RECORD OF COMMISSION VOTE: MAYOR GOMEZ 1st Reading NO DIST 1: V/M BOLTON y� DIST 2: COMM. WRIGHT ND DIST 3. COMM. VILLALOBOS DIST 4. COMM. DANIEL RECORD OF COMMISSION VOTE: MAYOR GOMEZ 2nd Reading DIST 1: V/M BOLTON DIST 2. COMM. WRIGHT DIST 3: COMM. VILLALOBOS DIST 4: COMM. DANIEL APPROVED AS TO FORM AND LEGAL SUFFICIENCY FOR THE USE AND RELIANCE OF THE CITY OF TAMARAC ONLY. HA'OTTI NOt CI ATTORNEY CODING: Words in StFuGk44re60 type are deletions from existing law, Words in underscored type are additions. TO 2540 -- EXHIBIT 1 Summary Score Card Evaluation Details Bid Number: 23-25R Bid Title: Supplemental Towing Services Project Type: Request for Proposal Bid Status: Closed Procurement Lead: Keith Glatz Bid Closing Date: June 22, 2023 Availability: Public Compliance with Request for Proposal -- Mandatory Requirements Evaluators: Keith Glatz Section Non -Collusive Affidavit & Acknowledgement Certified Resolution Proof of Insurance Narrative Response Included with Proposal Valid Broward County Towing License Certification Drug Free Workplace Certification Scrutinized Companies P Notes R Summary Report D&G Towing And 3 & 3 TOWING TowMaxx Towing Progress Recovery Llc INC Services LLC Complete Passed Passed Passed Complete Passed Passed Passed Complete Passed Passed Passed Complete Passed Passed Passed Complete Passed Passed Passed Complete Passed Passed Passed Complete Passed Passed Passed Complete Passed Passed Passed Section E-Verify Certification D&G Towing And Progress Recovery Llc Complete Passed Total: Pass 3 & 7 TOWING INC Passed Pass TowMaxx Towing Services LLC Passed Pass Capabilities and Services to Be Provided Evaluators: Scott Krajewski, Neysa Herrera, Jemeriah Cooper, Rodney Sims, Amber Davenport I &J Maximum D&G Towing And TOWING TowMaxx Towing Section Progress Score Recovery Llc INC Services LLC Capabilities and Services to Complete 60.00 56.20 53.00 45.00 Be Provided Total: 60.00 56.20 53.00 45.00 General Notes Requirement Evaluator Name Notes Created Scott.Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Services to Be 3:24:34 Provided PM Scott.Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Services to Be 3:25:02 Provided PM Scott.Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Services to Be 3:25:36 Provided PM Requirement Evaluator Name Notes Created Scott.Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Services to Be 3:25:52 Provided PM Scott. Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Services to Be 3:26:06 Provided PM Scott. Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Services to Be 3:26:19 Provided PM Scott. Krajewski@tamarac.org Capabilities and Checked and Noted. Long term Experience Good set of 7/17/2023 Services to Be Refereneces 3:29:48 Provided PM Scott. Krajewski@tamarac.org Capabilities and Checked and Noted. Well thought out and informational. 7/17/2023 Services to Be Impressive amount of different equipment. 3:37:01 Provided PM Scott. Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Services to Be 3:37:43 Provided PM Scott. Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Services to Be 3:39:58 Provided PM Scott. Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Services to Be 3:40:24 Provided PM Scott.Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Requirement Evaluator Name Notes Created Services to Be 3:43:13 Provided PM Scott. Krajewski@tamarac.org Capabilities and Checked and Noted. Note: No Class C Heavy Towing 7/17/2023 Services to Be vehicle. 3:46:32 Provided PM Scott. Krajewski@tamarac.org Capabilities and Download:Good presentation 7/17/2023 Services to Be 3:30:41 Provided PM Scott. Krajewski@tamarac.org Capabilities and Download: Only provided County License 7/17/2023 Services to Be 3:52:17 Provided PM Scott. Krajewski@tamarac.org Capabilities and Download: Provided County License 7/17/2023 Services to Be 3:53:00 Provided PM Scott. Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Services to Be 3:53:49 Provided PM Scott. Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Services to Be 4:03:17 Provided PM Scott. Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Services to Be 4:07:26 Provided PM Scott. Krajewski@tamarac.org Capabilities and Checked and Noted 7/17/2023 Services to Be 4:27:37 Provided PM Requirement Evaluator Name Notes Created Jemeriah_Cooper@sheriff.org Capabilities and Reviewed documents 7/28/2023 Services to Be 5:16:43 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Nicely put together. 7/28/2023 Services to Be 5:43:57 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Reviewed documents. 7/28/2023 Services to Be 5:48:15 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Reviewed documents. 7/28/2023 Services to Be 5:49:10 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Viewed documents. 7/28/2023 Services to Be 5:50:15 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Viewed document. 7/28/2023 Services to Be 5:50:56 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Viewed document. 7/28/2023 Services to Be 5:51:22 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Documents reviewed. 7/28/2023 Services to Be 6:11:11 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Document reviewed. 7/28/2023 Requirement Evaluator Name Notes Created Services to Be 6:11:53 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Documents viewed. 7/28/2023 Services to Be 6:13:08 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Document viewed. 7/28/2023 Services to Be 6:13:46 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Document viewed. 7/28/2023 Services to Be 6:14:09 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Documents reviewed. 7/28/2023 Services to Be 6:24:35 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Documents viewed. 7/28/2023 Services to Be 6:25:53 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Document viewed. 7/28/2023 Services to Be 6:27:30 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Document viewed. 7/28/2023 Services to Be 6:31:48 Provided PM Jemeriah_Cooper@sheriff.org Capabilities and Document viewed. 7/28/2023 Services to Be 6:32:04 Provided PM Requirement Evaluator Name Notes Created Qualifications & References Evaluators: Scott Krajewski, Neysa Herrera, Jemeriah Cooper, Rodney Sims, Amber Davenport Maximum D&G Towing And 3 & ) TowMaxx Towing Section Progress Score Recovery Llc TOWING INC Services LLC Qualifications & Complete 40.00 35.80 36.60 28.60 References Total: 40.00 35.80 General Notes Requirement Evaluator Name Notes Scott.Krajewski@tamarac.org Qualifications Checked and Noted &amp; References Scott.Krajewski@tamarac.org Qualifications Checked and Noted &amp; References Scott.Krajewski@tamarac.org Qualifications Checked and Noted &amp; References Scott.Krajewski@tamarac.org Qualifications Checked and Noted &amp; References Scott.Krajewski@tamarac.org Qualifications Checked and Noted &amp; References 36.60 28.60 Created 7/18/2023 11:51:37 AM 7/18/2023 11:52:05 AM 7/18/2023 11:53:28 AM 7/18/2023 11:53:54 AM 7/18/2023 11:54:24 AM Requirement Evaluator Name Notes Created Scott.Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 11:56:17 AM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 11:56:40 AM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 11:57:00 AM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 11:57:26 AM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 11:58:07 AM Scott. Krajewski@tamarac.org Qualifications Download - Checked and Noted 7/18/2023 &amp; References 11:59:11 AM Scott. Krajewski@tamarac.org Qualifications Very well organized. Good references Good amount of 7/18/2023 &amp; References equiptment Checked and Noted 12:00:24 PM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 12:00:44 PM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 12:01:03 PM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 12:01:16 PM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 12:01:31 PM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 Requirement Evaluator Name Notes Created &amp; References 12:01:46 PM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 12:15:32 PM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 12:17:08 PM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 12:17:37 PM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 12:18:34 PM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 12:18:58 PM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 12:19:13 PM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 12:19:29 PM Scott. Krajewski@tamarac.org Qualifications Checked and Noted 7/18/2023 &amp; References 12:19:47 PM Bonus Points: Local/CBE/Veteran Owned Preference Evaluators: Keith Glatz J&j Maximum D&G Towing And TOWING TowMaxx Towing Section Progress Score Recovery Lic INC Services LLC Bonus Points: Local/CBE/Veteran Complete 5.00 5.00 0 5.00 Owned Preference Total: 5.00 5.00 0.00 5.00 Bonus Point for Compliance with Conviction History Policy Evaluators: Keith Glatz J &j Maximum D&G Towing And TOWING TowMaxx Towing Section Progress Score Recovery Lic INC Services LLC Bonus Point for Compliance with Complete 1.00 1.00 0 1.00 Conviction History Policy Total: 1.00 1.00 0.00 1.00 Weighted Final Scores J&j D&G Towing And TOWING TowMaxx Towing Stage Weight Recovery Lic INC Services LLC Capabilities and Services to Be Provided 60.00 56.20 53.00 45.00 Qualifications & References 40.00 35.80 36.60 28.60 Bonus Points: Local/CBE/Veteran Owned 5.00 5.00 0.00 5.00 Preference Bonus Point for Compliance with Conviction 1.00 1.00 0.00 1.00 History Policy Tota I: 106.00 98.00 89.60 79.60 City of Tamarac TAMARAC The City For Your Life TAMARAC The City For Your Life AGREEMENT BETWEEN THE CITY OF TAMARAC AND D & G TOWING AND RECOVERY, LLC TOWING SERVICES FRANCHISE AGREEMENT and Contracts Division TAMARAC The City For Your Life Tamarac Pzarchasinz and Contracts Division AGREEMENT TABLE OF CONTENTS AGREEMENT......................................................................................................1 ARTICLE 1. TOWING, WRECKER & STORAGE SERVICE CONTRACT DOCUMENTS......................................................................................................4 ARTICLE 2. DEFINITIONS...............................................................................5 ARTICLE 3. GRANT OF FRANCHISE..............................................................5 ARTICLE 4. ADMINISTRATIVE FEE................................................................5 ARTICLE5. TERM............................................................................................6 ARTICLE 6. SCOPE OF SERVICES................................................................6 ARTICLE 7. PUBLIC RECORDS......................................................................7 ARTICLE 8. REPORTS.....................................................................................8 ARTICLE 9. COSTS OF SERVICES TO THE PUBLIC.....................................9 ARTICLE 10. MAINTENANCE OF ABILITY........................................................9 ARTICLE 11. TERMINATION.............................................................................9 ARTICLE 12. AUTHORITY TO ACT.................................................................10 ARTICLE 13. PERFORMANCE BOND/LETTER OF CREDIT ..........................11 ARTICLE 14. CUSTOMER REQUIREMENTS..................................................11 ARTICLE 15. INSURANCE...............................................................................12 ARTICLE 16. INDEMNIFICATION....................................................................13 ARTICLE 17. NON-DISCRIMINATION............................................................13 ARTICLE 18. LOCAL OFFICE..........................................................................14 ARTICLE 19. PERFORMANCE BASED CONTRACTING, PERFORMANCE GUARANTEES AND CUSTOMER COMPLAINT TRACKING ............................14 ARTICLE 20. NOTICE......................................................................................16 ARTICLE 21. UNCONTROLLABLE FORCES..................................................16 ARTICLE 22. INDEPENDENT CONTRACTOR................................................17 ARTICLE 23. MISCELLANEOUS PROVISIONS..............................................17 ARTICLE 24. ASSIGNMENT............................................................................17 ARTICLE 25. MERGER; AMENDMENT..........................................................18 ARTICLE 26. NO CONSTRUCTION AGAINST DRAFTING PARTY...............18 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division ARTICLE 27. SCRUTINIZED COMPANIES.....................................................18 ARTICLE28. E-VERIFY...................................................................................18 ARTICLE 29. CUSTODIAN OF RECORDS.....................................................19 Remainder of Page Intentionally Blank TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division AGREEMENT FOR TOWING, WRECKER & STORAGE SERVICES BETWEEN THE CITY OF TAMARAC AND D AND G TOWING AND RECOVERY, LLC THIS AGREEMENT is made and entered into this'21t-day of 2023 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and D & G Towing And Recovery, LLC, a Florida Limited Liability Company with principal offices located at 2760 NW 551h Court, Tamarac, FL 33309 (the "CONTRACTOR") to provide non-exclusive franchise rights for towing services required by the City or by the Broward Sheriff's Office ("BSO") acting on behalf of the CITY. WI TNESSETH: WHEREAS, the CITY issued a supplemental request for proposals to enhance towing, wrecker and storage service throughout the City; and WHEREAS, CONTRACTOR responded to the requests for proposals and the CITY selected CONTRACTOR to provide towing, wrecker and storage service throughout the City; and WHEREAS, CONTRACTOR has agreed to render to the CITY a high level of professional towing, wrecker and storage services and the CITY is desirous of contracting for such services upon the terms and conditions hereinafter set forth. NOW THEREFORE, in consideration of the sums hereinafter set forth and for the other good and valuable consideration, the receipt and legal sufficiency of which are hereby acknowledged, it is hereby agreed as follows: ARTICLE 1. TOWING, WRECKER & STORAGE SERVICE CONTRACT DOCUMENTS CONTRACTOR shall provide to CITY for the term hereinafter set forth, as the same may be extended in accordance with the provisions hereof, competent professional towing, wrecker and storage services within and throughout the corporate limits of the City to the extent and in the manner hereinafter described. The contract documents consist of this Agreement, Invitation for Request for Proposal (RFP) Document No. 23-25R, "SUPPLEMENTAL TOWING SERVICES FRANCHISE", including all conditions therein, (General Terms and Conditions, Special Conditions and/or Scope of Work — Technical and Operational), all addenda, CONTRACTOR's bid/proposal included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between RFP # 23-25R, "SUPPLEMENTAL TOWING SERVICES FRANCHISE" as issued by the City, and CONTRACTOR's Proposal, Invitation for RFP 23-25R as issued by the City shall take precedence over CONTRACTOR's Bid. Furthermore, in the event of a conflict between this document and any other contract documents, this Agreement shall prevail. ARTICLE 2. DEFINITIONS For the purposes of this Agreement, the following terms shall have the respective meanings hereinafter set forth: 4 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 2.1 Broward Sheriff's Office (BSO): shall mean the Broward Sheriff's Office the official law enforcement agency of the City of Tamarac, Florida. 2.2 Performance Bond: shall mean the form of security approved by the CITY and furnished by CONTRACTOR as a guarantee that CONTRACTOR will execute the work in accordance with the terms of the agreement and will pay lawful claims. 2.3 Project Manager: shall mean the Fleet Supervisor for the City of Tamarac Department of Public Services, Public Works Division. 2.4 Scope of Work: shall mean the work under this Agreement which includes the supervision, materials, equipment, labor and all other items necessary to complete said work. 2.5 Service Area: City limits of the City of Tamarac. 2.6 Service: shall mean comprehensive towing, wrecker and storage service provided each day of the year on a twenty-four (24) hour per day basis. ARTICLE 3. GRANT OF FRANCHISE In consideration of CONTRACTOR's performance hereunder and in compliance with the covenants and conditions set forth herein and in the ordinances and regulations of the CITY governing towing, wrecker and storage services, the CITY hereby grants to CONTRACTOR the right pursuant to Article 7.19 of the City's Charter to use the public streets, alleys, thoroughfares within the corporate limits of the CITY for the purpose of engaging in the business of towing, wrecker and storage services for commercial, residential and City customers located within the corporate limits of the CITY pursuant to the terms of this Agreement, but not otherwise. ARTICLE 4. ADMINISTRATIVE FEE 4.1 As a condition of the Agreement, and pursuant to Florida Statutes, subsection 323.002 (4), CONTRACTOR agrees to pay to the CITY an Administrative Fee equal to twenty-five percent (25%) of the towing rates currently established by the Broward County Board of County Commissioners in accordance with the provisions of Part IX. "Environmental and Consumer Protection Division", Chapter 40.50 "Environmental and Consumer Protection Fee Schedule", Section c, "Towing and Immobilization Rates and Fees", Paragraph 4. "Maximum Non -consent Rates" of the Broward County Administrative Code to cover the cost of enforcement, including parking enforcement by the CITY when a vehicle is towed from public property. CONTRACTOR shall be responsible for the collection of the administrative fee on behalf of the City and shall remit such fee to the CITY upon collection on a quarterly basis, on the first business day of the new quarter. 4.2 The first payment shall be due on the first day of the new quarter immediately following the effective date of the Agreement and subsequent payments are due on the first day of each quarter thereafter. Subsequent payments shall be made in arrears and shall be due on the first business day of the contract quarter for the previously completed quarter (e.g., collections due on October 1st will be for the most recently completed period of July 1st through September 30th, and so on). If Administrative fees are delinquent, a late charge of $50.00 shall be applied in addition to interest at the highest rate allowed by current State Statute. 4.3 CONTRACTOR shall provide along with CONTRACTOR's Towing Activity Report (See ARTICLE 10 "REPORTS" herein), a detailed report of any and all Administrative Fees collected, either already remitted or to be remitted to the CITY, for each tow. 4.4 Upon adjustment of the towing rates by the Broward County Board of County Commissioners, the Administrative Fee shall be adjusted to reflect collections of 25% of 5 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division the adjusted fees, which shall be in effect on the date that the adjusted Broward County rates take effect, which will normally be October 1 st of each year. ARTICLE 5. TERM 5.1 Agreement Term: The term of this Agreement shall be for the period commencing upon award of this Agreement and expiring on July 31, 2027. 5.2 Option/Extension: CITY shall have the option to extend the term of this agreement on a month -to -month basis on thirty (30) days written notice. 5.3 Renewal Term: This Agreement shall be renewable by agreement of both parties for one (1) five (5) year period. This option is available at the sole discretion of the CITY, and if exercised by the CITY, CONTRACTOR shall be required to provide the same services upon the same terms and conditions for the extended Agreement term; however, the CITY and CONTRACTOR may negotiate adjusted Franchise Fee payments at the time of renewal. CITY shall not have any obligation to exercise this option. ARTICLE 6. SCOPE OF SERVICES 6.1 CONTRACTOR shall comply with the requirements and proposal scope of work / specifications as enumerated in Request for Proposal # 23-25R, including Article VI. "SPECIAL CONDITIONS AND SCOPE OF WORK" Part A "SPECIAL CONDITIONS' and Part B "SCOPE OF WORK -- TECHNICAL AND OPERATIONAL REQUIREMENTS' incorporated herein and made a part hereof as if set forth in full incorporated herein by reference, and as seen in this Agreement and attached exhibits. 6.2 CONTRACTOR shall have a non-exclusive towing franchise to provide in accordance with instructions received from CITY, towing, wrecker and storage service within the City limits of the City of Tamarac from the date of the Agreement through July 31, 2027, with an option to renew for an additional term of five -years. In the event that the Agreement is set to expire, and a renewed or replacement Agreement is not yet in place, the Agreement shall continue per the same terms and conditions on a month -to -month basis until such renewal or new agreement becomes effective. 6.3 CONTRACTOR agrees to provide employees and sufficient equipment for immediate response to calls for service, seven days a week, 24 hours a day. 6.4 An authorized representative of CITY may request the services of the CONTRACTOR whenever other contractors holding a non-exclusive franchise are not available; whenever towing, wrecker and storage service is required in a situation where the owner of the motor vehicle involved did not specify or instruct CITY to telephone or order service from a specific towing or wrecker service; or where the use of CONTRACTOR is deemed to be in the best interest of the CITY. 6.5 However, in the event that CONTRACTOR, in the opinion of and within discretion of the CITY, does not have available the necessary equipment to provide the towing, wrecker and storage service required at a particular time or place, CITY may, at its sole discretion call upon another towing or wrecker service to provide a part of or all of the equipment required in any particular circumstance. 6.6 Further, in the event that CONTRACTOR does not provide service within the thirty (30) minute time frame for Class A and B tows, or forty-five (45) minute timeframe for Class C & D tows, following the request by CITY, then, CITY may at its discretion call upon another towing or wrecker service to provide the service required. 6.7 In the event that CONTRACTOR cannot by reason of equipment failure or other reason TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division respond adequately to CITY's needs, it shall be the responsibility of CONTRACTOR to advise the CITY immediately and to further advise CITY of the terms of CONTRACTOR's inability to provide adequate service so that CITY may call upon another wrecker or towing service during this period. 6.8 CONTRACTOR shall be familiar with and shall be responsible for complying with all Federal, State and Local laws, ordinances, rules and regulations that in any manner govern CONTRACTOR's operation. 6.9 CONTRACTOR agrees to provide and furnish any and all information requested by BSO and any Broward County law enforcement agency. 6.10 CONTRACTOR agrees that upon arrival at any accident scene for which a tow is requested, the tow truck operators will remove from the site any hazardous debris, spilled petroleum products or volatile items unless directed otherwise by the fire department or law enforcement agency. ARTICLE 7. PUBLIC RECORDS 7.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. CONTRACTOR shall comply with Florida's Public Records Law. Specifically, CONTRACTOR shall: 7.1.1 Keep and maintain public records required by the CITY in order to perform the service. 7.1.2 Upon request from the CITY's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 7.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Agreement if CONTRACTOR does not transfer the records to the CITY. 7.1.4 Upon completion of the Agreement, transfer, at no cost to the CITY, all public records in possession of CONTRACTOR, or keep and maintain public records required by the CITY to perform the service. If CONTRACTOR transfers all public records to the CITY upon completion of the Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the CITY, upon request from the CIT's custodian of public records in a format that is compatible with the information technology systems of the CITY. 7.2 During the term of the Agreement, CONTRACTOR shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this Agreement. The form of all records and reports shall be subject to the approval of the City's Auditor. CONTRACTOR agrees to make available to the CITY's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all 7 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division books of account, reports and records relating to this contract. CONTRACTOR shall maintain the files which include but are not limited to the following: 7.2.1 A Vehicle Storage Receipt for each vehicle impounded under the Agreement. 7.2.2 A copy of all paid invoices. 7.2.3 A log of calls for service. 7.2.4 A notification log indicating date, time, and method of notification to the registered owner of an impounded vehicle. 7.2.5 A log containing all vehicles that have remained unclaimed for thirty (30) days or more. 7.3 CONTRACTOR shall provide the CITY with a review of the Revenue and Expense Financial Statement representing the financial results of operations. The review must be performed in accordance with Statements on Standards for Attestation Engagements and Related Interpretations promulgated by the American Institute of Certified Public Accountants. The annual review shall be delivered to the CITY within one hundred and twenty (120) days of the twelve (12) month period ending CONTRACTOR 's fiscal year. The audit can be limited to the entity actually providing services. 7.4 No rate adjustments of any type will be granted to CONTRACTOR unless all required audits and cost statements have been filed in a timely manner. 7.5 The CITY shall have the right to inspect and review all records, including recording and recordkeeping requirements, maintained by CONTRACTOR during normal business hours upon twenty-four (24) hour notice to CONTRACTOR. ARTICLE 8. REPORTS CONTRACTOR shall submit the following reports to the Tamarac BSO Office by the 15th of each month for the previous month. The form of the reports shall be determined by CONTRACTOR; but are subject to the approval of the CITY. 8.1 Towing Activity Report to include for each and every tow: 8.1.1 Date of tow. 8.1.2 Service call number assigned by City Staff or Tamarac BSO. 8.1.3 Type of tow such as accident, parking, abandoned City vehicle, etc. 8.1.4 Location where vehicles towed from. 8.1.5 Vehicle make. 8.1.6 Tag/license plate. W TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 8.1.7 Administrative Fee collected. (Administrative Fee data may be provided in a separate report.) 8.2 Vehicle Release Report to include: 8.2.1 All information contained in the Towing Activity Report. 8.2.2 Date vehicle released or disposed of. 8.2.3 Method of disposition such as: release to owner, release to public auction. 8.2.4 A complete breakdown of all towing charges with a total including sales taxes ARTICLE 9. COST OF SERVICES TO THE PUBLIC 9.1 CONTRACTOR charges and fees for towing, wrecker and storage and wrecker service rendered within the City limits of the City of Tamarac in connection with this provision of the agreement shall be as established by the Broward County Administrative Code, Part IX. "Environmental and Consumer Protection Division", Chapter 40.50 "Environmental and Consumer Protection Fee Schedule", Section c, "Towing and Immobilization Rates and Fees", Paragraph 4. "Maximum Non -consent Rates", as may be amended from time to time, in effect at the time of the provision of services. 9.2 Rates may only be adjusted pursuant to a formal action taken by the Broward County Commission, by formal resolution, which amends the Broward County Administrative Code. 9.3 Rate adjustments shall become effective on the date provided for pursuant to the effective date established by the Broward County Commission action. 9.4 Any proposed fees for additional services shall be submitted in writing and approved by the CITY prior to implementation. ARTICLE 10. MAINTENANCE OF ABILITY 10.1 CONTRACTOR shall furnish to and maintain for the benefit of the CITY, within the cost of the Agreement therefore, all necessary labor, supervision, equipment, vehicles, communications facilities and supplies necessary and proper for the purpose of performing the services duties and responsibilities set forth and contemplated herein and as necessary to maintain the level of service to be rendered hereunder. 10.2 It is expressly understood by and between the parties to this Agreement that CITY is a municipal corporation and this Agreement relates to the provision to the City of service that clearly affects the health and welfare of the citizens of the CITY OF TAMARAC. The provision of towing, wrecker and storage service is further clearly related to the maintenance of the CITY's vehicles and the safety of the streets and thoroughfares of CITY. ARTICLE 11. TERMINATION 11.1 Termination for Cause By virtue of the extraordinary nature of the CITY's obligation, and by virtue of the unusual nature of the obligations being dealt with in this Agreement, it is understood and 01 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division acknowledged by CONTRACTOR that this Agreement may be terminated by CITY administration immediately at any time that it becomes apparent to CITY that CONTRACTOR does not have the facilities and capabilities of performing in accordance with the terms and requirements of this Agreement. For the purpose of this Agreement and this section of the Agreement, these terms include not only the terms set forth in this Agreement, but also such additional or other terms and requirements, as may from time to time during the course of this Agreement be imposed by CITY and agreed to by CONTRACTOR in order to insure the adequate provision of towing, wrecker and storage service to CITY. It is further understood and agreed that CONTRACTOR does hereby release CITY from any claim for any damages of any kind in the event of the cancellation of this Agreement by CITY. 11.2 Termination for Convenience by the CITY This Agreement may be terminated by the CITY for convenience, upon seven (7) days of written notice by the CITY to CONTRACTOR for such termination in which event CONTRACTOR shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that CONTRACTOR abandons this Agreement or causes it to be terminated, CONTRACTOR shall indemnify the CITY against loss pertaining to this termination. 11.3 Agreement Subject to Funding As applicable, this Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement; and is subject to termination based on lack of funding. ARTICLE 12. AUTHORITY TO ACT 12.1 CONTRACTOR agrees not to undertake any repairs to remove any part or parts from any vehicle towed or stored pursuant to the provisions herein without first obtaining permission in writing from the owner or person entitled to lawful possession to complete same. 12.2 Personal property in any vehicle stored by CONTRACTOR shall not be disposed of to defray any charges for towing, wrecker and storage of vehicles without a court order; however, if no claim is made for the property after a reasonable period of time, CONTRACTOR may dispose of property in accordance with Florida Statute Section 713. 12.3 CITY reserves the right to cancel the request for services of CONTRACTOR at any time, including up to the time of hook-up. CONTRACTOR agrees that the mere response to a service call scene without other actions does not constitute a service call for which charges are applicable. 12.4 Any vehicle not claimed by the owner within thirty (30) days shall be reported in writing to BSO, Tamarac District VI in accordance with Florida Statute Section 713. 12.5 Owner or authorized agent of owner of vehicle shall be allowed to remove personal, unattached property from vehicle at CONTRACTOR's storage yard at no additional charge. Of TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 12.6 CONTRACTOR agrees to be licensed and certified by all appropriate State, County and local agencies. ARTICLE 13. PERFORMANCE BOND/LETTER OF CREDIT CONTRACTOR shall furnish to CITY as of the date of this Agreement, with a Performance Bond in the amount of $10,000.00 payable to the City of Tamarac. The security shall be in a form acceptable to the City's Risk Manager; and shall be for the term of this Agreement. The security shall be furnished to CITY by CONTRACTOR within fifteen (15) days of the date of execution of this Agreement. Without limiting any other indemnification provisions herein, said security shall indemnify the CITY against any loss, expense, cost, or damage resulting from any default by CONTRACTOR hereinafter or any failure of performance by CONTRACTOR. The performance bond shall contain a sixty-(60) day cancellation notice provision for notification to the CITY. ARTICLE 14. CUSTOMER REQUIREMENTS 14.1 Before an impounded vehicle is claimed by the owner or person lawfully entitled to possession, CONTRACTOR will provide such person with an itemized statement of all charges for towing, wrecker and storage of the vehicle. Before receiving payment, CONTRACTOR, its agents, employees or assigns, will prepare an invoice in duplicate, containing the following information: Name and address of the vehicle owner and/or person engaging CONTRACTOR License number of vehicle. Motor Vehicle Identification Number. 14.1.4 Personal property recovered and returned to the owner of the vehicle or person lawfully entitled to its possession. • Make, year, model color of vehicle(s) towed and/or stored. • Date and time vehicle towed. • Name of tow operator that completed the tow. • Date of Release. 14.2 CONTRACTOR shall retain a duplicate copy of such invoice and shall produce same upon demand of CITY or its representative. 14.3 CITY will not be responsible for the collection of any charges owed to CONTRACTOR. 14.4 CONTRACTOR shall keep a log of the number and type of calls handled under this agreement. The log shall contain the date the vehicle is towed, the make, model, license plate, if known, the VIN number, name and address of the owner or driver, release date, and charges for same. 14.5 CONTRACTOR agrees that its liability for a towed vehicle and all personal property contained therein will commence with the hook up of the vehicle to the tow truck. CONTRACTOR will have his employee, representative, or agent inventory jointly with a law enforcement officer or owner of the vehicle all personal property contained in the vehicle. This record should be produced in triplicate, one copy to be maintained by 11 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division CONTRACTOR, one copy for the law enforcement agency and one copy to be given to the owner of the vehicle. CONTRACTOR will be solely liable and responsible to the owner or legal entity to lawful possession, for all personal property in any vehicle towed under this agreement. ARTICLE 15. INSURANCE 15.1 CONTRACTOR shall obtain at CONTRACTOR's expense all necessary insurance in such form and amount as specified in the original bid or proposal document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, Commercial Automotive liability and all other insurance as required by the City. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. CONTRACTOR shall provide to the City's Risk and Safety Manager Certificates of all insurances required under this section prior to beginning any work under this Agreement. CONTRACTOR will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 15.2 CONTRACTOR shall purchase and maintain, in full force and effect for the life of this Agreement, at CONTRACTOR's sole expense the following required insurance policies: 15.2.1 Commercial General Liability Coverage: $1,000,000 per occurrence, $1,000,000 Aggregate Including: Premises/Operations Contractual Liability Personal Injury Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause 15.2.2 Automobile Liability: $1,000,000 per occurrence, $1,000,000 aggregate 15.2.3 Workers Compensation & Employer's Liability: Statutory 15.2.4 Garagekeeper's Legal Liability policy with combined Single limit coverage for bodily injury and property damage: $75,000 minimum. 15.2.5 Garage Liability policy with combined single limit coverage for bodily injury and property damage: $500,000 minimum. 15.3 CONTRACTOR shall indemnify and hold the CITY harmless for any damages resulting from failure of CONTRACTOR to take out and maintain such insurance. CONTRACTOR's Liability Insurance policies shall be endorsed to add the CITY as an additional insured. CONTRACTOR shall be responsible for payment of all deductibles and self-insurance retentions on CONTRACTOR's Liability Insurance policies. 15.4 CONTRACTOR shall not be able to cancel any policy without sixty-(60) days prior written notice to CITY. CONTRACTOR's carrier must put the CITY on notice of any lapsed policy, in writing, at the same time they put CONTRACTOR on notice. 12 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 15.5 CONTRACTOR shall provide the CITY with a copy of the respective policies of insurance required hereunder and renewals thereof, to be delivered to the CITY before commencement of this agreement. ARTICLE 16. INDEMNIFICATION 16.1 GENERAL INDEMNIFICATION: CONTRACTOR shall, in addition to any other obligation to indemnify the CITY and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the CITY, its agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of CONTRACTOR, any sub -Contractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Contractor in the performance of the Work; or c). liens, claims or actions made by CONTRACTOR or any sub -Contractor under workers compensation acts, disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the CITY to enforce this Agreement shall be borne by CONTRACTOR. 16.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. 16.3 CONTRACTOR shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 16.4 CITY reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive the CITY's rights and immunities under the common law or Florida Statute Section 768.28 as amended from time to time. ARTICLE 17. NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, CONTRACTOR and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. CONTRACTOR will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. CONTRACTOR and its subcontractors shall agree to post in conspicuous places, 13 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. CONTRACTOR further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. ARTICLE 18. LOCAL OFFICE 18.1 CONTRACTOR shall maintain a storage facility of sufficient size and capability to accommodate wrecked and abandoned vehicle to be removed from the CITY during the period of this Agreement. 18.2 CONTRACTOR will make available adequate personnel to staff the storage compound from the hours of 7:00 a.m. to 7:00 p.m. Monday through Sunday for the purpose of releasing vehicles to the owners. CONTRACTOR further agrees to provide on call personnel to release vehicles on a twenty-four (24) hour basis each day per year. All property used for storage of vehicles shall be completely enclosed by at least a 6 foot high fence screened from view to discourage theft of any vehicle or property stored within. 18.3 CONTRACTOR agrees to furnish inside storage for all vehicles, which are of a body type or of a condition, which is such that inclement weather could result in damage. 18.4 CONTRACTOR agrees not to change the location of the storage facility without written permission of the City of Tamarac. 18.5 Law enforcement agencies will be permitted to inspect the compound, vehicles and personal property when it is deemed reasonable and necessary. 18.6 CONTRACTOR shall maintain a local office or authorized managing agent within Broward County and shall designate in writing within ten (10) days of execution of this Agreement the agent upon whom all notices may be served from CITY. Service upon CONTRACTOR's agent shall always constitute service upon CONTRACTOR. 18.7 CONTRACTOR's storage facility is located at 2760 NW 551h Court, Tamarac, FL 33309. This location may not be changed without the written approval by CITY. 18.8 CONTRACTOR's local office shall be open during regular business hours so that customers can request information, lodge a complaint, or request service. At a minimum, CONTRACTOR shall be available during the hours specified in Section 16.2 above. ARTICLE 19. PERFORMANCE BASED CONTRACTING, PERFORMANCE GUARANTEES & CUSTOMER COMPLAINT TRACKING PERFORMANCE BASED CONTRACTING: SATISFACTORY PERFORMANCE REQUIRED The City of Tamarac has embraced the concept of Performance Based Contracting. Under this model of Performance Based Contracting, the CITY desires to enter into a partnering agreement with the successful contractor. A partnering agreement is an agreement that provides mutual benefits for both the CITY and the successful CONTRACTOR. 19.1 Specific provisions for a Performance Based Contract are as follows: 14 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 19.1.1 CONTRACTOR shall successfully adhere to the requirements of this Agreement and successful completion of all tasks required under the specifications in a manner which is acceptable to the CITY. 19.1.2 Semi -Annual Performance Review: At its sole discretion, the CITY may conduct periodic performance reviews of CONTRACTOR. The frequency of said reviews will not exceed two (2) per year. Criteria to be evaluated will consist of, but not be limited to, performance guarantees listed herein, response times, complaints received, care and custody of vehicles and owner's possessions, condition of facilities and equipment, extent and clarity of records, and conduct of management and personnel. Within thirty (30) days of the issuance of the results of a review, Contractor may respond to the CITY in writing and the parties shall meet to discuss the review and other pertinent subjects. A final report which shall include any "Contract Report Card" used by the CITY, which will enumerate the results of the review, by stakeholders, CONTRACTOR's written response, and a summary of the semi-annual review meeting which will be prepared by City Staff, with a copy sent to CONTRACTOR. 19.1.3 Contract Report Card: The CITY may utilize a "Contract Report Card" as a means of performing the semi-annual reviews. The CITY shall request contract stakeholders to serve on an evaluation panel during the contract term. The stakeholders shall include, but not be limited to City of Tamarac employees and employees assigned to the Tamarac District by the Broward Sheriff's Office. Each stakeholder will evaluate CONTRACTOR using a "Contract Report Card" evaluation document, which will survey CONTRACTOR's level of service. Evaluation criteria for the "Contract Report Card" will be developed by the CITY, with input from CONTRACTOR. 19.2 CONTRACTOR performance on performance reviews will be an important consideration in determination of an extension term. 19.3 PERFORMANCE GUARANTEES As a part of this Agreement, the successful Contractor shall agree to maintain the following level of performance: 19.3.1 The successful CONTRACTOR shall provide a level of service which shall lead to optimal agency satisfaction. Complaints, including but not limited to poor service, unacceptable follow-up, disputes relating to invoice processing, etc. shall constitute unsatisfactory performance. More than three (3) complaints per month will prompt a review of CONTRACTOR's performance; and may result in potential corrective action by the CITY. 19.3.2 Additional performance guarantees shall be as detailed in Section V.B. "Scope of Work" contained herein. The CITY and CONTRACTOR may mutually agree to additional performance guarantees as may be warranted. 19.4 CUSTOMER COMPLAINT TRACKING SYSTEM REQUIRED: CONTRACTOR shall maintain a customer complaint log during the term of this Agreement. At a minimum the Customer complaint procedure shall provide that all customer complaints shall be resolved within the next business day. Upon request, CONTRACTOR shall supply CITY with copies of all complaints indicating the date and 15 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division time of the complaint, the nature of the complaint and the manner and timing of its resolution. ARTICLE 20. NOTICE Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address: CONTRACTOR D & G Towing and Recovery, LLC 2760 NW 551h Court Tamarac, FL 33309 Attn: Gisel Maxwell, President (950) 870-5567 DGTow835a_Qmail.com ARTICLE 21. UNCONTROLLABLE FORCES 21.1 Neither the CITY nor CONTRACTOR shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 21.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 16 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division ARTICLE 22. INDEPENDENT CONTRACTOR This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that CONTRACTOR is an independent contractor under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. CONTRACTOR agrees that it is a separate and independent enterprise from the CITY, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between CONTRACTOR and the CITY and the CITY will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 23. MISCELLANEOUS PROVISIONS 23.1 Exhibits: Exhibits as may be detailed in ARTICLE 1 herein are incorporated herewith by reference for all purposes as though fully set forth. 23.2 Right to Require Specific Performance: the failure of the CITY at any time to require performance by CONTRACTOR of any provisions hereof shall in no way affect the rights of CITY thereafter to enforce the same. 23.3 Venue: This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 23.4 Signatory Authority: CONTRACTOR shall provide the CITY with copies of requisite documentation evidencing that the signatory for CONTRACTOR has the authority to enter into this Agreement. 23.5 Severability; Waiver of Provisions: Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. ARTICLE 24. ASSIGNMENT CONTRACTOR shall not assign, transfer or subject the Agreement or its rights, title, interests or obligations therein without CITY's prior written approval. Violation of the terms of this paragraph shall constitute a breach of the Contract by CONTRACTOR and CITY may, at its discretion, cancel the Contract. All rights, title, interest and obligations of CONTRACTOR shall thereupon cease and terminate. 17 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division ARTICLE 25. MERGER; AMENDMENT This Agreement constitutes the entire Agreement between CONTRACTOR and the CITY, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both CONTRACTOR and the CITY. ARTICLE 26. NO CONSTRUCTION AGAINST DRAFTING PARTY Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. ARTICLE 27. SCRUTINIZED COMPANIES -- Sections 287.135 AND 215.473 27.1 By execution of this Agreement, CONTRACTOR certifies that CONTRACTOR is not participating in a boycott of Israel. CONTRACTOR further certifies that CONTRACTOR is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has CONTRACTOR been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. 27.2 Submitting a false certification shall be deemed a material breach of contract. The CITY shall provide notice, in writing, to CONTRACTOR of the CITY's determination concerning the false certification. CONTRACTOR shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, CONTRACTOR shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If CONTRACTOR does not demonstrate that the CITY's determination of false certification was made in error then the CITY shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. ARTICLE 28. E-VERIFY — 448.095 As a condition precedent to entering into this Agreement, and in compliance with Section 448.095, Fla. Stat., Contractor and its subcontractors shall, register with and use the E-Verify system to verify work authorization status of all employees hired after January 1, 2021. Contractor shall require each of its subcontractors to provide Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. CITY, CONTRACTOR, or any subcontractor/subconsultant who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat., or the provisions of this section shall terminate the contract with the person or entity. CITY, upon good faith belief that a subcontractor knowingly violated the provisions of this section; but CONTRACTOR otherwise complied, shall promptly notify CONTRACTOR and CONTRACTOR shall immediately terminate the contract with the subcontractor. An agreement or contract 18 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division terminated under the provisions of this section is not a breach of contract and may not be considered such. Any agreement or contract termination under the provisions of this section may be challenged pursuant to Section 448.095(2)(d), Fla. Stat. CONTRACTOR acknowledges that upon termination of this Agreement by the CITY for a violation of this section by Contractor, Contractor may not be awarded a public contract for at least one (1) year. Contractor further acknowledges that Contractor is liable for any additional costs incurred by the CITY as a result of termination of any contract for a violation of this section. CONTRACTOR or subcontractor shall insert in any subcontracts the clauses set forth in this section; requiring the subcontractors to include these clauses in any lower tier subcontracts. CONTRACTOR shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. ARTICLE 29. CUSTODIAN OF RECORDS IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERKOTAMARAC.ORG Remainder of Page Intentionally Blank 19 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and City Manager and D & G Towing and Recovery, LLC, signing by and through its President duly authorized to execute same. CC ..1 ATTEST.'; �. Kimberly Dillon, CIVIC. City Clerk 1 -110u. Date ATTEST: Signature of Corporate Secretary Type/Print Name of Corporate Secy (CORPORATE SEAL) CITY OF TAMARAC Michelle J. Gomez, Mayor Date event Sucuoglu, City Manager Date A7Aform and legal sufficiency: Ha s Ottinot, dity Attorney f / 3 �- Date CONTRACTOR D & G TOWING AND RECOVERY, LLC Company Name e -�Srature of President Gisel Maxwell President ko n --)---b Date 20 TAB ✓ Q,C The City For Your Life City of Tamarac Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF Y I _ t(i :SS COUNTY OF (�1(IVW C I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Gisel Maxwell, President of D & G Towing and Recovery, LLC, a Florida Limited Liability Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this I day off�cT�Yi r 2023. Joshua Tabora Comm.: HH 427840 Expires: Jul. 31, 2027 Notary Public - State of Florida —jAA Signature of Notary Public State of Florida at Large `ib,Dh, ) - Tc�1)0 f (" " Print, Type or Stamp Name of Notary Public ❑ Personally known to me or Produced Identification Mort c., ulwa L' Typ4 of I.D. Produced DID take an oath, or ❑ DID NOT take an oath. 21 23-25R - Supplemental Towing Services Opening Date: April 27, 2023 12:00 PM Closing Date: June 22, 2023 3:00 PM Vendor Details Company Name: D&G Towing And Recovery Llc 2760 nw 55th ct Address: Tamarac, Florida 33309 Contact: Davion Silvera Email: Davionsilvera@yahoo.com Phone: 954-994-4707 HST#: Submission Details Created On: Monday May 01, 2023 17:36:05 Submitted On: Wednesday June 21, 2023 17:09:05 Submitted By: Davion Silvera Email: Davionsilvera@yahoo.com Transaction #: 6ce36038-84bc-493e-a5dc-44863ae686fd Submitter's IP Address: 173.225.254.106 Bid Number: 23-25R Vendor Name: D&G Towing And Recovery Llc CERTIFICATION We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we (1) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation to Bid. Description Response. Options Company Name D & G Towing and Recovery, LLC Address 2760 NW 55th Court Telephone (954) 870-5567 City Tamarac State Florida Zip 33309 Contractor's License Number TI-00262 Federal Tax ID Number 82-0946544 Email address for above signer DGTow835@gmail.com Indicate which type of organization from the list in the Options column. LLC CORPORATION VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing. possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 1. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 2. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 3. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after each conviction. 4. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 5. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Description Response I Hereby Acknowledge the Drug Free Information Above and Will Abide by Everything Outlined in this Section r Yes Ir No Bid Number: 23-25R Vendor Name: D&G Towing And Recovery Llc BIDDER'S QUALIFICATION STATEMENT Line Item Description Response' 1 How many years has your organization been in business under its 7 years. present name? 2 If Vendor is operating under Fictitious Name, submit evidence of n/a compliance with Florida Fictitious Name Statute: 3 Under what former name(s) has your business operated? Also List n/a former address(es) of that business (if any). 4 Have you ever been debarred or suspended from doing business with n/a any governmental entity? If Yes, Explain Are you Certified? If Yes, attach copy of Certification to Package Yes. 6 H75 Are you Licensed? If Yes, attach copy of License to Package Yes. Has your company ever declared bankruptcy? No. If Yes, explain: SCRUTINIZED COMPANIES AND BOYCOTT OF ISRAEL By execution of this Agreement, in accordance with the requirements of F.S. 287.135 and F.S. 215.473, CONTRACTOR certifies that CONTRACTOR is not participating in a boycott of Israel. CONTRACTOR further certifies that CONTRACTOR is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, nor has CONTRACTOR been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The CITY shall provide notice, in writing, to CONTRACTOR of the CITY's determination concerning the false certification. CONTRACTOR shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, CONTRACTOR shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If CONTRACTOR does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. Description Response I Hereby Acknowledge the Scrutinized Companies — 287.135 and 215.473 Information Above and Will Abide by Everything Outlined in this Section r: Yes r No E-VERIFY As a condition precedent to entering into this Agreement, and in compliance with Section 448.095, Fla. Stat., Contractor and its subcontractors shall, register with and use the E-Verify system to verify work authorization status of all employees hired after January 1, 2021. Contractor shall require each of its subcontractors to provide Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. City, Contractor, or any subcontractor/subconsultant who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the provisions of this section shall terminate the contract with the person or entity. City, upon good faith belief that a subcontractor knowingly violated the provisions of this section; but Contractor otherwise complied, shall promptly notify Contractor and Contractor shall immediately terminate the contract with the subcontractor. An agreement or contract terminated under the provisions of this section is not a breach of contract and may not be considered such. Any agreement or contract termination under the provisions of this section may be challenged pursuant to Section 448.095(2)(d), Fla. Stat. Contractor acknowledges that upon termination of this Agreement by the City for a violation of this section by Contractor, Contractor may not be awarded a public contract for at least one (1) year. Contractor further acknowledges that Contractor is liable for any additional costs incurred by the City as a result of termination of any contract for a violation of this section. Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section; requiring the subcontractors to include these clauses in any lower tier subcontracts. Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. Description Response' I Hereby Acknowledge the E-VERIFY Information Above and Will Abide by Everything Outlined in this Section r Yes r No Bid Number: 23-25R Vendor Name: D&G Towing And Recovery Llc FIRM'S PRIMARY OWNERSHIP Line If Other Please Enter Item Description Response* Information Here: (If NONE Enter the word "NONE") * 1 Does your firm employ more than 50 persons No NONE (including full-time and part-time employees) 2 Is your firm a construction firm? No NONE 3 If you are a construction firm, is the average No NONE annual gross revenue for your fine for the past three (3) years greater than $9 million? 4 Which of the following best describes the Equally -owned (Female and Male) NONE gender of your firm's primary owner (at least 51 % ownership): 5 Which of the following best describes the African American/Black/Afro-Caribbean NONE ethnicity of your firm's primary owner (at least 51% ownership): 6 Please select the current certification your firm None NONE holds: (NOTE Proof of Certification must be included in Document Upload Section) 7 Indicate the agency or agencies that have Other NONE granted the certification to your firm: LOCAL, VETERAN AND CBE INFORMATION Description Response* Is the primary address of your firm located with the City limits of Tamarac? Yes Which of following best describes the primary owner's veteran status? Non -Veteran Is your firm a Certified Business Enterprise (CBE) Certified by Broward County? (NOTE Proof of Certification must be included in Document Upload Section) * No CONVICTION HISTORY EMPLOYMENT POLICY INQUIRY Consideration of conviction history policies. The policy of the City of Tamarac is that it will not include any question on any application for employment, inquire either orally or in writing, receive information about an applicant's criminal history background check, or otherwise obtain information about an applicant's criminal history until after the City initially determines that the applicant is otherwise qualified for a position. Once the City has initially determined that an applicant is otherwise qualified, the City may inquire into or obtain information about a criminal record. The City encourages vendors that do business with the City to adopt and employ conviction history policies, practices, and standards that are consistent with the policies found in the first paragraph of this section herein. The City reserves the right to review all vendors' conviction history policies for consistency with City standards. The vendors' conviction history standards may be part of the criteria to be evaluated by the City when determining whether to award a City contract to a vendor, and vendors utilizing similar practices as those enumerated in the first paragraph of this section herein. Vendor may receive bonus points when the City is soliciting Requests for Proposal, Requests for Qualifications or Requests for Letters of Interest, unless prohibited by the requirements of Florida or U.S. statutes or codes. Further, the City reserves the right to evaluate a contractor's execution of the conviction history standards as a part of the performance criteria of said City contracts. Vendors are requested to provide information relating to their policies regarding criminal information history and will be asked to provide information as a part of vendor's electronic response. Vendors with criminal history information procedures may be requested to validate their procedures by providing copies of their written policy and/or copies of their employment applications as part of their electronic submittal response. Description Response* Does your Firm have policies in place to exclude requesting criminal history information from employment r. Yes candidates until after the candidates have been deemed qualified? (If yes, please upload supporting document) r No Bid Number: 23-25R Vendor Name: D&G Towing And Recovery Llc PAYMENT TERMS AND METHOD Line Item Description Response* Comments 1 TERMS: % (percent discount, if any, if Other - please specify 5% discount if paid within 15 days. payment made within DAYS; otherwise, terms are NET 30 days. 2 The City of Tamarac desires to have the Yes ability to use a city credit card for payment. Will your firm accept a Visa credit card as payment from the City of Tamarac? LISTING OF PROPOSAL VARIANCES AND/OR ACKNOWLEDGEMENT THAT NO VARIANCES EXIST (Proposer shall add lines as required) Please list each instance where your proposal response varies from any requested requirement stated under Special Conditions or Scope of Work including Technical Specifications and Operational Requirements. If your proposal has no variances, please indicate "No Variances" in the first line of this table. Please add a new row for each variance listed. REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Line Item Company Name Legal Address Contact Name Phone Number Email Address 1 East Harbor 3401 NW 82nd Avenue Franco Raschio (305) 725-2921 Franco@EastHarborFina (5 years) Dora[, FL 33166 ncial.com 2 Bid Bumpers, LLC dba 601 N. Dixie Highway Christian Carmona (954) 245-1336 CCarmona@Bid Bumpers Doozy Auto Sales Pompano Beach, FL 33060 .com (5 years) 3 Arrigo Margate, LLC 2250 State Road 7 Clifford Barbalat (561) 628-7776 CBarbalatl@ArrigoAuto (5 years) Margate, FL 33063 Group.com 4 Landmark Towers 601 NW 42nd Avenue Idelio Rivero (754) 354-1098 IRivero@YMPRealEstate. (6 years) Plantation, FL 33317 com 5 ViewMax Apartments 2843 Filmore Street Latoya Russell (954) 770-2688 BSD18LLC.management (6 vears) Hollywood, FL 33020 @gmail.com Subcontractors The Bidder shall state all Subcontractor(s) and type of Work proposed to be used for this project. Bidders shall not indicate "TBD" (To Be Determined) or "TBA" (To Be Announced) or similar wording and shall not indicate multiple choices of Subcontractor names for any Subcontractor category in their list of Subcontractors. List of Subcontractors Bidder shall list each subcontractor's names and business addresses they plan to utilize to perform any Work under this Proposal on their behalf. Proposer shall also identify if any sub -contractors used are a CBE, DBE, MBE, SBE, WBE, Veteran, or Locally -Owned Business. 17 By clicking here I confirm that there are no Subcontractor(s) and the Bidder shall perform the project with their "OWN FORCES". Sub -Contractors Status as Line Work to Be Performed * % Total Contractor License Subcontractor Sub -Contractor Phone & CBE, DBE, MBE, SBE, WBE, Item Contract * No. * Name/Address * Email * Veteran, or Locally -Owned Business 1 Bid Number: 23-25R Vendor Name: D&G Towing And Recovery Llc Documents It is your responsibility to make sure the uploaded file(s) is/are not defective or corrupted and are able to be opened and viewed by the Owner. If the attached file(s) cannot be opened or viewed, your Response Document may be rejected. Forms That Must Be Uploaded to The Document Upload Section The Proposer shall include the following documentation along with their proposal response via electronic upload in accordance with the requirements of Part IV, INSTRUCTIONS TO OFFERORS FOR REQUESTS FOR PROPOSAL (RFP), Section 14 "SUBMISSION OF PROPOSALS, Paragraph 14.11 "Forms That Must Be Uploaded to The Document Upload Section", of the RFP Document 12-17R: • Completed Non -Collusive Affidavit and Acknowledgement - Upload 1 - Non Collusive.pdf - Wednesday June 21, 2023 17:01:06 • Completed Certified Resolution - Upload 2 - Certified Resolution.pdf - Wednesday June 21, 2023 17:01:15 • Federal Form W-9 - Upload 3 - W9.pdf - Wednesday June 21, 2023 17:01:30 • Proof of Insurance (As reauired in Standard Terms & Conditions Section 2 'INSURANCE") - Upload 4 - Insurance.pdf - Wednesday June 21, 2023 17:01:49 • Narrative response document which includes 1 History of company, 2 Technical Proposal 3 Work Plan and Listing of Variances - Upload 5 - Technical & Work Plan.pdf - Wednesday June 21, 2023 17:02:08 • Copy of Broward County Towing License and information reauired under Section 14.11 F. b. - Upload 6 - BC Llcense, Facilities, Equipment, Fleet, Response Times, Customer Complaints & Reporting.pdf -Wednesday June 21, 2023 17:02:41 • Other materials including CBE.DBE.MBE.SBE.WBE.Veteran .Locally owned Certs. and Misc. Information - Upload 7 - CBE, Local.pdf - Wednesday June 21, 2023 17:02:57 • Validation of Conviction History compliance oer Sec. 14,11 G - Upload 8 - Conviction History (DGTR Application).pdf - Wednesday June 21, 2023 17:03:21 • Audited Financial Statement or approved documentation regarding financial viability - Upload 9 - Financials.pdf - Wednesday June 21, 2023 17:03:42 Bid Number: 23-25R Vendor Name: D&G Towing And Recovery Llc Addenda, Terms and Conditions STANDARD TERMS AND CONDITIONS Our Vision and Mission Our Vision: The City of Tamarac, our community of choice -- leading the nation in quality of life through safe neighborhoods, a vibrant economy, exceptional customer service and recognized excellence. Our Mission: We Are "Committed to Excellence... Always" It is our job to foster and create an environment that.. . Responds to the Customer Creates and Innovates Works as a Team Achieves Results, and Makes a Difference In the fulfillment of our vision and mission, as stewards of the public trust, we value vision, integrity, efficiency and quality service. Our vendors are truly partners in meeting these commitments to the community, and in support of that vision and mission, we are committed to ensuring that qualified, competitive vendors who share our commitment to quality, efficiency, teamwork and customer service are employed to provide goods and services to the City. Our vendors are expected to deliver high quality products and efficient service that is provided on time and as ordered, in a manner that improves the overall value of the services that the City provides to its residents. In addition, we expect our vendors to work with the City as a team, and exhibit the highest level of integrity when dealing with any office or department of the City. Diligence in the execution of the requirements of this proposal will ultimately contribute to the overall quality of services provided to the entire community. The City is searching for a firm who will exemplify these ideals in the execution of their work, and the successful firm will be measured against the performance standards outlined in this bid invitation. 1. STANDARD TERMS AND CONDITIONS These Standard Terms and Conditions apply to all offers made to the City of Tamarac by all prospective Proposers, including but not limited to, Requests for Quotes, Requests for Proposal and Requests for Bid. As such the words "bid", "proposal" and "offer' are used interchangeably in reference to all offers submitted by prospective Proposers. The City of Tamarac reserves the right to reject any or all proposals, to waive any informalities or irregularities in any proposals received, to re -advertise for proposals, to enter into contract negotiations with the selected Proposer or take any other actions that may be deemed to be in the best interest of the City of Tamarac. Any and all special conditions in this RFP or any sample agreement document that may be in variance or conflict with these Standard Terms and Conditions shall have precedence over these Standard Terms and Conditions. If no changes or deletions to the Standard Terms and Conditions are made in the Special Conditions, then the Standard Terms and Conditions shall prevail in their entirety. 2. INSURANCE 2.1 Offeror agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Offeror, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. 2.2 Offeror shall obtain at Offeror's expense all necessary insurance in such form and amount as required by this proposal or by the City's Risk Manager before beginning work under this Agreement. 2.3 Offeror shall maintain such insurance in full force and effect during the life of this Agreement. Offeror shall provide to the City's Risk Manager current certificates of all insurance required under this section prior to beginning any work under this Agreement. 2.4 Offeror shall indemnify and save the City harmless from any damage resulting to it for failure of either Offeror or any Sub -Offeror to obtain or maintain such insurance. 2.5 The following are required types and minimum limits of insurance coverage, which the Offeror agrees to maintain during the term of this contract: Line of Business Coverage: Bid Number: 23-25R Vendor Name: D&G Towing And Recovery Llc Commercial General Liability Including: • Premises / Operations • Contractual Liability • Personal & Advertising injury • Bodily Injury • Independent Contractors • Explosion, Collapse and Underground Hazard • Products / Completed Operation • Broad Form Property Damage • Cross Liability and Severability of Interest Clause Automobile Liability Workers Compensation & Employer's Liability Garagekeeper's Legal Liability Standard Insurance Limits: General Liability: Occurrence/Aggregate $1,000,000 / $2,000,000 Auto Liability: Occurrence / Aggregate $1,000,000 / $1,000,000 Workers Compensation: Statutory Garagekeeper's Legal Liability policy with combined Single limit coverage for bodily injury and property damage: $75,000 minimum Garage Liability policy with combined single limit coverage for bodily injury and property damage: $500,000 minimum. The City reserves the right to require higher limits or additional coverages depending upon the Statement of Work under this Agreement. 2.6 Neither Offeror nor any Sub -Offeror shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Offeror will ensure that all Sub -Offerors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. 2.7 All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and shall be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. 2.8 The Offeror's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Offeror's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. 2.9 The Offeror shall be responsible for the payment cf all deductibles and self -insured retentions. The City may require that the Offeror purchase a bond to cover the full amount of the deductible or self -insured retention. 2.10 If the Offeror is to provide professional services under this Agreement, the Offeror must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable only for Professional Liability. 2.11 The Successful Offeror agrees to perform the work under the Contract as an independent contractor, and not as a subcontractor, agent or employee of City. 3. INDEMNIFICATION 3.1 GENERAL INDEMNIFICATION: Contractor shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Contractor, any sub -Contractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work, or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Contractor in the performance of the Work; or Bid Number: 23-25R Vendor Name: D&G Towing And Recovery Llc c). liens, claims or actions made by the Contractor or any sub -contractor under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Contractor 3.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. 3.3 The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 3.4 City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 3.5 Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 4. INDEPENDENT CONTRACTOR An Agreement resulting from this solicitation does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under any potential Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. Any potential Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 5. TERM AGREEMENT REQUIRED Contract Term: The City will require a final term Agreement for this requirement. The City reserves the right to include a renewal option or options which the City may exercise upon mutual agreement with the Contractor. The actual contract term will be specified under the Special Conditions and/or Scope of Work contained herein. The successful contractor will be responsible to successfully perform in accordance with the requirements of the Statement of Work for the full term of the Agreement, as well as any agreed upon contract renewals and extensions. In the event that The City is unable to renew or replace an agreement prior to the end of the contract term, the Contractor shall continue to perform under the Agreement on a month -by -month basis at the same terms, conditions and pricing currently in place on the originally scheduled contract completion date, for a period to be detailed in the Special Conditions and/or Scope of Work contained herein, or until a new contract is put in place, whichever period is shorter. 6. DELIVERIES Any item requiring delivery by the Offeror or by sub -contractors shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. If delivery of an item is required, the City reserves the right to cancel the delivery order(s) or any part thereof, without obligation if delivery is not made at the time specified in the proposal. 7. WARRANTIES 7.1 Successful Offeror warrants to City that the consummation of the work provided for in the Contract documents will not result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, contract, or agreement to which Successful Offeror is a party. 7.2 Successful Offeror warrants to City that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. 7.3 Successful Offeror warrants to City that it will comply with all applicable federal, state and local laws, regulations and orders in carrying out its obligations under the Contract. 7.4 All warranties made by Successful Offeror together with service warranties and guarantees shall run to City and the successors and assigns of City. 8. SAFETY STANDARDS The Proposer warrants that the product(s) supplied to the City shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970 as amended, and shall be in compliance with Chapter 442, Florida Statutes as well as any industry standards, if Bid Number: 23-25R Vendor Name: D&G Towing And Recovery Llc applicable. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 9. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 10. NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Consultant and its sub -consultants shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Consultant will take affirmative action to ensure that employees and those of its sub -consultants are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Consultant and its sub -consultants shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Consultant further agrees that he/she will ensure that all sub -consultants, if any, will be made aware of and will comply with this nondiscrimination clause. 11.TAXES 11.1 Successful Offeror shall pay all applicable sales, consumer use and other similar taxes required by law. 11.2 The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 12. PERMITS, FEES AND NOTICES Successful Offeror shall secure and pay for all permits and fees and charges necessary for the proper execution and completion of the work, if applicable. The costs of all permits, fees and charges shall be included in the Price Proposal except where expressly noted in the specifications. 13.PERFORMANCE Failure on the part of the Offeror to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the proposal award. The City may, by written notice to the Proposal, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of non-performance. 14. TERMINATION OF AGREEMENT 14.1 TERMINATION FOR CAUSE AND DEFAULT In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Successful Offeror neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by of written notice of such neglect or failure. 14.2 TERMINATION FOR CONVENIENCE OF CITY This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Successful Offeror for such termination in which event the Successful Offeror shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Successful Offeror abandons this Agreement or causes it to be terminated, the Successful Offeror shall indemnify the city against loss pertaining to this termination. 14.3 FUNDING OUT This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement and is subject to termination based on lack of funding. 15. RECORDS / AUDITS 15.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 15.1.1 Keep and maintain public records required by the City in order to perform the service; Bid Number: 23-25R Vendor Name: D&G Towing And Recovery Llc 15.1.2 Upon request from the City's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 15.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City. 15.1.4 Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records in a format that is compatible with the information technology systems of the City. 15.2 During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 16. ASSIGNMENT Successful Offeror shall not assign, transfer or subject the Contract or its rights, title, interests or obligations therein without City's prior written approval. Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Offeror and City may, at its discretion, cancel the Contract. All rights, title, interest and obligations of Successful Offeror shall thereupon cease and terminate. 17.EMPLOYEES 17.1 Employees of the successful Contractor shall at all times be under its sole direction and not an employee or agent of the City. The Contractor shall supply competent and physically capable employees. The City may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 17.2 Unauthorized Immigrants: The employment of unauthorized aliens by any Contractor is considered a violation of Section 274A (e) of the Immigration and Nationality Act. If the Contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of any contract resulting from this RFP. This applies to any sub -contractors used by the Contractor as well. Note: Proposer shall certify that the Contractor and any subcontractor will utilize the U.S. Department of Homeland Security E-Verify System in accordance with Florida Statute FS 448.095. 18. E-VERIFY COMPLIANCE As a condition precedent to entering into this Agreement, and in compliance with Section 448.095, Fla. Stat., Contractor and its subcontractors shall, register with and use the E-Verify system to verify work authorization status of all employees hired after January 1, 2021. Contractor shall require each of its subcontractors to provide Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. City, Contractor, or any subcontractor / subconsultant who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the provisions of this section shall terminate the contract with the person or entity. City, upon good faith belief that a subcontractor knowingly violated the provisions of this section; but Contractor otherwise complied, shall promptly notify Contractor and Contractor shall immediately terminate the contract with the subcontractor. An agreement or contract terminated under the provisions of this section is not a breach of contract and may not be considered such. Any agreement or contract termination under the provisions of this section may be challenged pursuant to Section 448.095(2)(d), Fla. Stat. Contractor acknowledges that upon termination of this Agreement by the City for a violation of this section by Contractor, Contractor may not be awarded a public contract for at least one (1) year. Contractor further acknowledges that Contractor is liable for any additional costs incurred by the City as a result of termination of any contract for a violation of this section. Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section, requiring the subcontractors to include these clauses in any lower tier subcontracts. Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. 19. GOVERNING LAW: The laws of the State of Florida shall govern this Agreement. Venue shall be Broward County, Florida. 20. SCRUTINIZED COMPANIES F.S. 287.135 and 215.473 Proposer must certify that the company is not participating in a boycott of Israel. Proposer must also certify that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or has been engaged in business operations in Cuba or Syria. Subject to Bid Number: 23-25R Vendor Name: D&G Towing And Recovery Llc limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Proposer must acknowledge the question regarding the certification herein, that is attached to this proposal document. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the successful Contractor (Contractor) of the City's determination concerning the false certification. The Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 21. PUBLIC RECORDS CUSTODIAN IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK(DTAMARAC.ORG a We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the solicitation. We (1) certify that we(I) have read the entire document, including the Specifications, Scope or Statement of Work, Additional Requirements, Supplemental Attachments, Instructions to Bidders (or Proposers), Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire solicitation document. - Giselle Maxwell, President, D & G Towing and Recovery, LLC The bidder/proposer shall declare any potential conflict of interest that could arise from responding to this solicitation. Do you have a potential conflict of interest? r Yes r No The Bidder/Proposer acknowledges and agrees that the addendum/addenda below form part of the Solicitation Document Please check the box in the column 1 have reviewed this addendum" below to acknowledge each of the addenda. File Name 23-25B Supplemental Towing Services -Addendum No. 2 Mon May 22 2023 04:54 PM 23-25R Supplemental Towing Services Addendum No. 1 Wed May 17 2023 02:35 PM I have reviewed the below addendum and attachments (if applicable) R 17 Pages Bid Number: 23-25R Vendor Name: D&G Towing And Recovery Llc Bid Number: 23-25R Vendor Name: D&G Towing And Recovery Llc alxyi� ,mow, OIVII R Non -Collusive Affidavit & Acknowledgement TAMARAC City of Tamarac Th'C y For Purchasing and Contracts Division NON -COLLUSIVE AFFIDAVIT State of ' F hK d Q ) ss. County of bQX1.)CLC1 ) 9� S-e- t �\ being first duly swom, deposes and says that: He/she is the (Owner, Partner, Officer, Representative or Agent) of the Offeror that has submitted the attached Proposal; 1. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 2. Such Proposal is genuine and is not a collusive or sham Proposal; 3. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 4. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in fte presence of: diuctA� By j Witnes 7&►1�. 1 I &l�l,' I Witness Print gd/N� Title �, NON -COLLUSIVE AFFIDAVIT AND ACKNOWLEDGMENT City of Tamaroc TAMARAC The City For Your Life Purchasing and Contracts Division NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of Florida County of 13COW vJ On this the 92e;dday of 20 03, before me, the undersigned Notary Public of the State of Florida, persona ly appeared C-1 i SeI vyla-Aw2 ( ( and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: iJ^ CATHERINE JEAN REMINGTON ?P • Notary Public • State of Florida ` ��. Commission * HH 2O4520 My Comm, Expires Jan 7, 2026 Bonded through National Notary Assn. NOTARY PUBLIC, STATE OF FLO 01a4+1e►-tVl-f V1�n (Name of Notary Public. Print, Stamp, or Type as Commissioned) personally known to me, or O Produced identification: (Type of Identification Produced) O DID take an oath, or RI)ID NOT take an oath NON -COLLUSIVE AFFIDAVIT AND ACKNOWLEOGMENT f/I Certified Resolution TAMAR�AC City of Tamarac TheCItI pr Ypu~i 8 Purchasing and Contracts Division CERTIFIED RESOLUTION f, &)c I mmkr II (Name), the duly elected Secretary of orate Title), a corporation organized and existing under the laws of the State of P It, d(d , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED TUAT 5 ( f y0ur t I (Name)", the duly elected ✓ C (Title of Officer) of (� 17 J(Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if su h bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE 7�& G1JRE iAy,,OASilo'PVc� tes,�n4 Given under my hand and the Seal of the said corporation this 2Wday of CY Ck, 209,5 (SEAL) By: Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. CERTIFIED RESOLUTION %tto MWO-C Form W-9 Request for Taxpayer Give Form to the (Rev. October 201a) Identification Number and Certification requester. Do not [)apartment of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/ForrnW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line: do not leave this line blank. D&G TOWING AND RECOVERY, LLC 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to M following seven boxes. certain entities, not individuals; see o- instructions on page 3): o ❑ Individual/sole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate a o single -member LLC Exempt payee code (if any) C. 'v ❑✓ Limited liability company. Enter the tax classification (C=C corporation. S=S corporation, P=Partnership) ► p 2 Note. Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) 'a. — another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. y ❑ Other (see instructions) 1P, Apnr,es to •ccuu us.m«nr�vk�r w!vae! c i! S.J tj 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optionaq 2760 NW 55TH COURT 6 City, state, and ZIP code FORT LAUDERDALE, FL 33309 7 List account number(s) here (optional) JUM Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number . However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I,,later. For other entities, it is Your emplover identification number (EIN). If you do not have a number. see Now to oet a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Ljjt Certification Under penalties of perjury, I certify that: or number M©MMM00©0K 1. The number shown on this form is my correct taxpayer identification number (or 1 am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and divide ou not required to sign the certification, but you must provide your correct TIN. See the instructions for Part Il, later. Sign Signature of Here I U.S. person ► General In Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (FIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► t-, / If —1 1 (?1— • Form 1099-DIV (dividends, including those from stocks or mutual fund s) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-6 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 1 C231 X Form W-9 (Rev. 10-2018) Proof of Insurance A/ `� ® DATE (MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 05/10/2023 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(ies) must have ADDITIONAL INSURED provisions or 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 endorsements . PRODUCER CONTACT Hermann Lange M E: 1011 Insurance _WC, No (954) 526-1345 F(AI . No): (954) 908-2679 E-MAIL 2500 East Hallandale Beach Blvd, Suite T ,,,,,RF.��. 1011insurance(a-)univistainsurance.Com Hallandale Beach FL 33039 INSURER A: GRANADA INSURED INSURER B D&G TOWING AND RECOVERY INSURERC: INSURER D : _ 2760 NW 55th Court INSURERE: Fort Lauderdale FL 33309 INSURER IF: r'nVFRGr;FR rFRTIFIr ATF NII IMRFR• RFVIRION NtIMRFR- 10000 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. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP LIMITS MMIDD/YYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000.00 CLAIMS -MADE OCCUR DAMAGE TO R INED PREMISES SES Ea occurrence $ 100,000.00 $ 5,000.00 MED EXP (Any one person) $ 1,000,000.00 A 0185FL00134117-2 12/30/2022 12/30/2023 PERSONAL & ADV INJURY GEN'L AGGREGATE LIMIT APPLIES PER: $ 2,000,000.00 GENERAL AGGREGATE X POLICY JE O- LOC PRODUCTS - COMP/OP AGG $ 2,000,000.00 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY $ UMBRELLA LIAB HOCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED ''. I RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? N / A - aTATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The Certificate Holder is an Additional Insured with respects to General Liability. A Waiver of Subrogation on benefit to the Certificate Holder applies on the General Liability. Additional Insured(s) :Jarvi Corporation and Associates CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Jarvi Corporation and Associates AUTHORIZED REPRESENTATIVE 2760 NW 55th Court BELKIS MEZA-AMAYA Fort Lauderdale FL 33311 V 1988-21J1b AGVKI I GUKYUKA I IUN. Au rlgnts reservea. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Progressive P.O. Box 94739 Cleveland, OH 44101 Named insured D & G Towing and Recovery LLC 2760 NW 55TH COURT FORT LAUDERDALE, FL33309 Commercial Auto Insurance Coverage Summary This is your Declarations Page Your policy information has changed PR99RE.11/1/E` COi6NERCIAL Policy number: 969700679 Underwritten by: Progressive Express Ins Company June 13, 2023 Policy Period: May 12, 2023 - May 12, 2024 Pagel of 4 progressivecommercial.com Online Service Make payments, check billing activity, print policy documents, update your policy or check the status of a claim. 1.800-895-2886 Fot customer service and claims service, Z4 hours a day, 7 days a week. Your coverage began the later of May 12, 2023 at 12:01 a.m, or the effective time shown on your application. This policy period ends on May 12, 2024 at 12:01 a.m. This coverage summary replaces your prior one. Your insurance policy and any policy endorsements contain a full explanation of your coverage. The policy limits shown for an auto may not be combined with the limits for the same coverage on another auto, unless the policy contract allows the stacking of limits. The policy contract is form 6912 (02119). The contract is modified by forms 2852FL (02/19), 1652FL (02/19), Z438 (02/19), 4852FL (02119), 4881 FL (02/19) and Z228 (01111). The named insured organization type is a corporation. Policy changes effective June 12, 2023 ............I.................................................. Changes processed on: June 12, 2023 7:45 a.m. .................................*. .......... ........ ....... ....... ............... .... ............ Premium change: ��� $4,D83.00 The changes shown above will not be effective prior to the time the changes were requested. Outline of coverage Desaipton ............To....Others....................................... Liruts Ded;ctible Ncrnium ................................................................................................... Liability 0..8 ...$68...,7. Bodily Injury Liability 510,000 per person/$20,000 each accident Property Damage Liability 510,000 each accident Uninsured Motorist - Nonstacked $i0,000 each persoN$20,000 each accident 4,252 Basic Personal Injury Protection 5,184 Without Work Comp -Named Insured Only $10,000 each person ........................................................ $0 Medical Payments Rejected ................ ........................... ....... ....... .... On -Hook Legal Liability 4,536 See Auto Coverage Schedule ......................................................................................................................................................................... Comprehensive 11,484 See Auto Coverage Schedule Limit of liability less deductible Collision 22,782 See Auto Coverage Schedule Limit of liability less deductible ...... ....... ................ ............. ....... ....... ............... Total 12 month policy premium ....................................... ....................... .................... I ..... ... $121,946 Rated drivers 1. garfield o gayie ............................................................... .................................................. ... ............ . 2. Davion B Silvera continuml Form 6489 FL r111201 Policy numher: 969700679 D & G Towing and Recovery LLC Page of 4 3. HOSEIN L CLARKE ...................................... ................ ......... ............................... .......... ......................... 4. edmond tchally Auto coverage schedule 2024 HINO 258/268 Stated Amount:' $100,000 (including Permanently Attached Equip) VIN: SPVNJ7BT7R5T50034 Garaging Zip Code: 33309 Radius: 50 miles Personal use: N Body type: Car Carrier Liability um PIP Liability Premium Premum Premium 1117.91 ..............1542 .i..................$856 ....... ...... ............. ..... ..................... I............. Premium 5$ On-Hook Or. -Hook Or. -Hoot: Comp Comp Collision Collison Physical Damage Limit Deductible Premium Deductible Premium Deductible Premium Auto lo:al Premium $50,000 $1.000��... .... i780•... . .. ..52,500........ $1887 ....� �$2,500.-•. .. ... S4Z07 $21,063 2. 2020 RAM 4500 Stated Amount: * $60,000 (including Permanently Attached Equip) VIN: 3C7VVRKAL7LG168841 Garaging Zip Code: 33309 Radius: 50 miles Personal use: N Body type: Tow Truck Liability Liability UM PIP Premwm Premium Premium Premium S8178 $1542 $878 On -Hook Or Hook Or -Hook Comp Comp Collision Physical Damage limit Deductible Premium Deductible Premium Deductible Collis on Premium AutoTrnal Premium S50,000 $1,600 $600 $2,500 $1165 $2,500 $2268 $14,631' 3. 2022 INTERNATIONAL MV607 Stated Amount: * $90,000 (including Permanently Attached Equip) VIN: 1HTEUMMLONH326902 Garaging Zip Code: 33309 Radius: 100 miles Personal use: N Body type: Car Carrier Liability Uab lity, UM PIP Premium Premium Premium Premium .......................................................... S12185 $1542 $862 On -Nook On -Honk Or -Hook Comp Comp Collision Physical Damage Until Deductible Premium Deductible Premttim Deductible Collision Premwm Auto Total Premium S50,000 $1,000 $780 $2,500 $2121 $2,500 $4110 $2I.600 4. 2021 INTERNATIONAL MV607 Stated Amount: `$85,000 (including Permanently Attached Equip) VIN: 3HAEUMML9ML224328 Garaging Zip Code: 33309 Radius: 100 miles Personal use: N Body type: Car Carrier Liability Liability UM PIP Premium........... Premw.Premium Premium .....,,.,.m .....,..................................................... ...... .... ........................... $11166 $1542 $879 .......... ....... .......... On -Hook On -Hook Or -Hook Comp Camp collision Physical Damage Lmit Deductible Premium Deductible Premium Deductible Collis on Premium Auto Total Premium .............................................................................................................. S50,000 $1,000 $780 $2,500 $2038 $2,500 $'3779 S20,784 Conti[ued Form 6489 FL0120) Policy number: 969700679 0 & G Tosriing and Recovery LLC Page of 4 5. 2022 RAM 5500 Stated Amount:' $70,000 (including Permanently Attached Equip) VIN: 3C7WRMDL5NG120961 Garaging Zip Code: 33309 Radius: 100 miles Personal use: N Body type: Car Carrier Liability um PIP Liability Prermm�r Premium Pr IT ...................................................................................... Premium $12185 $1542 $862 Gn-Hook On -Hook 0r, Hcok Corer: Comp Coll;sirn 11611�on Physical Damage Breit Deductible Premmn Deductible Premium Deductible Premium Auto Total ..................................................................................... ......... Premium ................................................ 550,000 $1,000 S780 $2,500 $1946 $2.,.5..00.$3555...$20,880 6. 2023 PETERBiLT 536 Stated Amount: * $110,000 (including Permanently Attached Equip) VIN: ZNPKHM6X8PM825609 Garaging Zip Code: 33309 Radius: 100 miles Personal use: N Body type: Car Carrier Uabilny um PIP Liability Premium Premium Pt rmum ....................................I..... ..... ................................................ Premium $12603 $1542 S847 On -Hook On -Hook Or, -Hook Corp Comp Collision Collisior Physical Damage limit Deductible Premium Deductible Premium Deductible Premium Auto total Premium $50,000 $500 $816 $2,500 $2327 $2,500 $4853 $22,988 *A vehicle's stated amount should indicate its current retail value, including any special or permanently attached equipment. In the event of a total loss, the maximum amount payable is the lesser of the Stated Amount or Actual Cash Value, less deductible. Be sure to check stated amount at every renewal in order to receive the best value from your Progressive Commercial Auto policy. Premium discounts Policy ......................... ..... I ..........,................................. ............................... ..,................... ........ I ...................... 969700679 CDL Experience Vehicle ............. ....I ... ...... ...... ....... ........ ... .... ............. ....,........................... ............... ........... ... ... I. ...... ........ .. .. 2024 HINO 258/268 Anti -Lock Brakes and Anti -Theft Device Recovery 2020 RAM 4500 Anti -Lock Brakes, Airbag and Anti -Theft Device Recovery 2022 INTERNATIONAL MV607 Anti -Lock Brakes, Airbag and Anti -Theft Device Recovery 2021 INTERNATIONAL MV607 Anti -Lock Brakes and Anti -Theft Device Recovery 2022 RAM 5500 Anti -Lock Brakes, Airbag and Anti -Theft Device Recovery 2023 PETERBILT 536 Anti -Lock Brakes, Airbag and Anti -Theft Device Recovery Loss Payee information 1. Loss Payee Auto 1 TICF Toyota Industries Commerical Finance PO Box 9050 Dallas, TX 75019 2024 HINO 2581268 (5PVN17BT7R5T50034) Agent signature Form 6499 FL (l t/20) Policy number: 969700679 D & G Towing and Recovery LLC Page of 4 Company officers aR- .�_A(a.<...0 Secretary Form 6489 FL 1111201 zDixi� ,mow, (�-, �-Olf Narrative Response (History, Technical Proposal & Work Plan) HISTORY OF COMPANY D&G Towing and Recovery, LLC (DGTR) was founded in 2017 with the goal of providing excellent and reliable service to the community. Initially, the company started with one tow truck and one man and eventually has grown to eleven (11) tow trucks and a staff of ten (10) employees. DGTR provides heavy and light duty towing, whether it is local or long distance. Alongside residential and commercial impounds, we provide service to vehicle immobilizations, and we are certified to perform repossessions as well. In 2018, we were recognized as one of the top towing companies for one of our vendors and this helped gain recognition with other vendors in the industry, leading to expanding our client base. Over the past 5 years, DGTR has successfully responded to well over 65,000 requests for towing, immobilizations and emergency services. Our company has delivered excellent customer service to our direct clients and to the vehicle owners. Today D&G Towing and Recovery, LLC is one of the most recognized towing companies servicing South Florida! And we continue to provide excellent service to our communities and clients. a TECHNICAL PROPOSAL D&G Towing and Recovery, LLC (DGTR) continues to invest in its equipment, staff, drivers and facilities to ensure that our service delivery is high quality and efficient results. Over the next few pages we will describe our Abilities and Approach to providing Towing Services for the City of Tamarac. Communication Systems: D&G Towing & Recovery, LLC uses an advanced communications system that incorporates internet, cellular and dispatch technologies. o All tow truck drivers are equipped with 2-way radios with the most advanced technology and a latest model Android or Phone cell phone with company o TowBooks - An industry leading, cloud -based software by high - volume towing companies for tracking, dispatching, and reporting. This software also interfaces with an app that's downloaded on each driver's phone. o Lytx DriveCam - A live camera tracking and GPS system that allows dispatch office to locate each driver's location, but also obtain a real- time visual on driver activity inside the cab. � Apple android 1VtX DriveCarri TOW TRUCK DRIVERS Tow Truck Drivers: D&G Towing & Recovery, LLC prides ourselves on hiring the most qualified drivers with a focus on customer service and technical aptitude. In addition, every driver: o Must have a valid Driver License o Some drivers have CDLs. o Upon Job Offer, must pass Background & Drug Screening o Receive on -going training on new equipment, updates in tow -related laws and local rules that apply by in-house and outside experts. 4 0 • Another one of our Drivers towing an immobilized Broward Sheriff Officer vehicle. • One of our Drivers lifting a car that submerged under water. WORK PLAN Work Plan: D&G Towing and Recovery, LLC (DGTR) approaches each job with the individual needs of the tow request, emergency or non -emergency service call. However, we have a standardized work flow/plan that meets most tow requests: . DGTR receives a contact for service via phone, text, email or online. • Dispatch responds to requestor to gain additional detail to ensure appropriate driver, equipment and supplies are routed. • Once confirmed, a driver is routed to vehicle's location. Driver must check vehicle before and after every service call to ensure safety and functionality. Upon arriving, confirms identity of driver and proceed to secure to area for safety. After secure, then hookup car to tow truck. • If a vehicle accident has occurred, then Driver(s) will ensure that all fluids and debris is removed from the roadways to prevent additional accidents. • All requestors are provided with contact and payment information on site. WORK PLAN OUR APPROACH • DGTR is available for service 24 hours a day, 7 days a a week. • We are a growing, family -owned business where the owners are also operators. • We employ over 10 personnel to accommodate current service needs. • All of our vehicles receive regular maintenance by an ASE certified mechanic. • DGTR and our yard is located within the City of Tamarac, therefore, we will always keep an available tow truck on -site ready to dispatch to a call. • We have all the necessary tools and equipment to properly clear and clean and accident scene in order to restore traffic. Afterwards, we dispose of the debris and materials appropriately thru a licenses waste vendor. • All vehicles towed from the city of Tamarac will be stored at our yard, allowing for easy and safe access to residents to retrieve vehicles. aixyl (:j ,mow, Broward County Towing Licenses & Related Info. Broward County, Florida Resilient Environment Department CONSUMER PROTECTION Board of County Commissioners, Broward County, Florida Regulated Businesses Section Vehicle Towing - Consent and Non -Consent Regulatory License The holder of this license is hereby authorized to engage in Vehicle Towing - Consent and Non -Consent in Broward County. This license is issued pursuant to Broward County Consumer Protection Code 20-165. Said license is not transferable and may be suspended or revoked as provided by law. Issued To: D&G TOWING AND RECOVERY, LLC 2760 NW 55 CT TAMARAC, FL 33309 05/26/2023 12/31/2023 TI-00262 Philip R. McChesney Effective Date Expiration Date License Number Director 120 ! Broward County, Florida Resilient Environment Department CONSUMER PROTECTION Board of County Commissioners, Broward County, Florida Regulated Businesses Section Vehicle Immobilization Regulatory License The holder of this license is hereby authorized to engage in Vehicle Immobilization in Broward County. This license is issued pursuant to Broward County Consumer Protection Code 20-165. Said license is not transferable and may be suspended or revoked as provided by law. Issued To: D&G TOWING AND RECOVERY, LLC 2760 NW 55 CT TAMARAC, FL 33309 06/20/2023 12/31/2023 TI-00313 Philip R. McChesney Effective Date Expiration Date License Number Director 120 g,. AiYK` �. �. >,c , ,.,� �� "!�': a€ `.jam" p�y ��r.e ar w«rrY�. �,� �!� ',� - th'.tt +{ ` 7z .waif• +� '�:.. t Aj FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES NICOLE "NIKKI" FRIED COMMISSIONER DIVISION OF LICENSING 03/08/22 DATE ISSUED 03/08/25 DATE OF EXPIRATION D & G TOWING AND RECOVERY LLC 835 NW 7TH TERR FORT LAUDERDALE, FL 33311 SILVERA, DAVION B, OTHER R 3100031 LICENSE NUMBER THE RECOVERYAGENCY NAMED ABOVE IS LICENSED AND REGULATED UNDER THE PROVISIONS OF CHAPTER 493, FLORIDA STATUTES. Y tNENr 0, cy T `�G O 4 T � �� �` ,cyNSUMEN SAP,` TIP nIau 41�A) NICOLE "NIKKI" FRIED COMMISSIONER m 3 • 4 d .I \ . i• t'♦ A y� �� ,, t�, M♦ tt v� ',` r k :.. � 4• r.�kr � + i'a`tfi q'r`} - g` � � � . , ° • .' � , , . - }+ 1 *`.. i .•.. <i i A # f61a. #i+af8;k ♦ k y, -;.a.. r r e r xt •4r ling art# fitgtle 'i ca4«1, li1, ..'y'Rfl fatata ar3iir ltlf#x . }'rtfffl fk f i ..� ��i`.11l�ll�.il ' slil! �laf�t�� lit...a-' ---, .. � tl atf� • 0fa e ff ri.: - f _ ... .t1 .li��i 1 ag_r...lfl. lT��ilf.tfl..77, CERTIFICATE ID: f :- AYOOCSPZZS - CERTIFICATE o ACHIEVEMENT f _. THIS IS TO CERTIFY THAT h DA"ON SILVIERA ,,. SUCCESSFULLY COMPLETED THE CARS Continuing Education Course —Federal Law and t� the Repossession Process_ And for promoting professionalism and risk management in the collateral recovery industry through knowledge of current state and federal laws, field recovery practices, data security and a commitment to continuing education as well as demonstrating concern for the protection of public and non-public information. To verify this certificate visit https://www.riscus.com/Account/VerifyCars July 26, 2022 DAY OF COMPLETION Recovery Industry Services Company cearoatscrcovEnrsrecrr ; July 26, 2a23 VALID UNTIL may\ �f E EDUCATION DIRECTOR, RISC STATE OF FLORIDA LICENSE NUMBER, RSq,5-0000i — - t;f 11' i"lif` tll i,'1+:�111'1;'c�Tl..tjt�+iTlirtfl-°}Iff{ai•1111'%I1�;+111 � 1, ''I�fl�i 7 14iS ' � I 7 .� flf9 i lliilll •. 1 1-. iil ff. Itl 11 t • Itll{/� 1 1 � 11{ fl�lll 11 .,�t+ f �:�' ,y `', ♦ ` ��ti ♦CFI , A�fi FACILITIES Facilities: D&G Towing & Recovery, LLC has a facility located in the City of Tamarac that is conveniently located between 1-95 and Florida Turnpike in a discreet industrial area near the Fort Lauderdale Executive Airport. o 1.25 acres o 1,500 SQ. FT. office space o Privacy fencing around entire property o Four (4) bays for vehicle and equipment storage o High -definition surveillance cameras with monitored alarm system EQUIPMENT & FLEET INVENTORY i 4 • 2021 • International • MV607 (Flatbed) • 3HAEUMML9ML224328 • 2022 • Dodge Ram . 5500 (Flatbed) • 3C7WRMDL5NG120961 . 2022 . International • CV515 (Flatbed) . 1 HTKSSWM5NH276520 . 2022 Dodge Ram . 4500 . 3C7WRKALONG395534 EQUIPMENT & FLEET INVENTORY no 7 EOO lot . 2015 Kenworth . T37 (Wheel Lift) . 2NKHHJ7X6FM469821 . 2017 . Dodge Ram . 4500 (Wheel Lift) . 3C7WRKAL5HG69175 . 2013 . Freightliner . M2 Business Class . 1 FU BC4CY6DH BV 1276 . 2024 . Hino . 256/268 (Flatbed) . 5PVNJ7BT7RST50034 EQUIPMENT &FLEET INVENTORY t A 11 12 • 2020 . Dodge Ram • 4500 • VIN • 2020 • Dodge Ram . 5500 (Wheel Lift) • VIN . 2017 . Ford . F450 (Wheel Lift) 1 FDUF4GT2HED1 1463 . 2022 . International . MV607 (Flatbed) . 1 HTEUMMLONH326902 EQUIPMENT & FLEET INVENTORY 1 1 1 1 El 0 on • 2023 . Peterbilt • 537 (Flatbed) • 2NPKHM6X8PM825609 • 2022 . Dodge Ram . ProMaster (Van) • ZFBHRFAB6N6X31132 . 2017 . UniCarriers . Forklift . SN: PFD100N . 2023 Bobcat & Sweeper . T770 . S N : AT6340460 RESPONSE TIMES PER REPORTING SOFTWARE FOR PAST SIX (6) MONTHS IN A 10- MILE RADIUS OF HOME BASE FOR CLASS A AND CLASS C TOWS: • 12/22/2022 to 6/22/2023 • 9,133 calls for services • 257 accidents • Average Response is 20-25 minutes after confirming dispatch REPORTING • DGTR is able to report on # of calls, # of tows, # of accidents, response times and # of customer complaints. 0 0 a CUSTOMER COMPLAINT D&G Towing and Recovery, LLO (DGTR) believes in providing prompt, efficient service while abiding by the most stringent guidelines of safety in the towing industry. We make sure that our trucks are driven by professional, courteous drivers. At DGTR, we pride ourselves in putting the customer first. However, we understand that an unsatisfied customer is still a customer and we strive to address all concerns, feedback and complaints expeditiously. Here is our complaint process: • DGTR receives complaints via phone call with dispatch, an email or online at website. • Once received, the complaint is forwarded to management for review and respond within 24 hours. • If the complaint involved one of our drivers, we will review the complaint with the driver and review the footage from "in -cab" video recording. • DGTR will respond to the customer via email or phone call to share efforts to resolve and provide a resolution. JCA/11 (.1 MOM* 0 6W 0 E, DBE, MBE, 6m al =Tiyj a Veteran, Locally Owned Certs Business Revenue Division -w-� 7525 N.W. 88th Avenue Tamarac, Florida 33321-2401 CITY OF TAMARAC Business Revenue Receipt FISCAL YEAR 2022 - 2023 BUSINESS NAME: D & G TOWING AND RECOVERY, LLC LOCATION: 2760 NW 55 CT CLASSIFICATION: TOWING SERVICE COMPANY 13US REV RCPT #: 23 00015822 CONTROL No: 9692 TOWING COMPANY BUSINESS REVENUE RECEIPT MUST BE CONSPICUOUSLY DISPLAYED ISSUE DATE: 6120123 EXP DATE: 9130/23 TOTAL AMOUNT PAID: 187.43 D & G TOWING AND RECOVERY, LLC 2760 NW 55 CT TAMARAC FL 33309-2543 TAMARAC The City For Your Life George Folles Chief Building Official / Building Director CERTIFICATE OF OCCUPANCY This certificate is issued pursuant to the requirements of the Florida Building Code and Broward County Amendments certifying that this structure is in compliance with various ordinances of the City of Tamarac regulating building construction or use, at the time of issuance. This permitted structure has been inspected for compliance with the requirements for this code. For the following: Issue Date ................................................ Parcel Number .......................................... Property Address ....................................... Subdivision Name ...................................... Property Zoning ......................................... Owner.......................................... ........... Owner Address .......................................... PITTSBURGH, PA 15237 Contractor ................................................ Permit Number .......................................... Property description: LITTLE FARMS 27-29 B LOT 36 06/20/2023 494217010300 2760 NW 55 CT LITTLE FARMS COUNTY ZONE B3 JARVI CORP & ASSOCIATES 400 MCKNIGHT PARK DR STE 401 COMMERCIAL TENANT 23 — 00000432 Structure description: D & G TOWING AND RECOVERY, LLC- Safety Construction type: FBC2020 7TH/TYPE III-B Occupancy type: FBC2020 7TH/B-BUSINESS Flood zone: FLOOD ZONE-X DESIGN OCCUPANT LOAD: ON FILE FIRE SPRINKLERS INSTALLED: NO FIRE SPRINKLERS REQUIRED: NO OCCUPANCY LOAD: 10.00 TOTAL SQUARE FOOTAGE: 1,500.00 This Certificate of Occupancy is issued to the above named for building at the above -named location only upon the express provision that the applicant will abide by and comply with all the conditions of the Zoning Ordinances and all Ordinances or Building Codes of City of Tamarac pertaining to the erection, construction or remodeling of buildings or structures. Documentation of the as -built lowest flood ion has b n rov* ed and is retained in the records of the authority having jurisdiction. Approved: Geor e Folles, Building Official VOID UNLESS SIGNED BY BUILDING OFFICIAL 6011 Nob Hill Road • Tamarac, FL 33321-2401 0: (954) 597-3420 • F: (954) 597-3450 °Committed to Excellence... Always" ,mow, MV Validation of Conviction History Compliance Applicationfar EmploymentPRE-EMPLOYMENT QUESTIONNAIRE EQUAL OPPORTUNITY EMPLOYER Personal Information- =. h: ; ;> ,,� ,,: ,� -. DATE NAME (LAST NAME FIRST) SOCIAL SECURITY NO. PRESENTADDRESS CITY STATE ZIP CODE PHONE NO. PERMANENTADDRESS CITY STATE ZIP CODE SECONDARY PHONE NO. EMAILADDRESS REFERRED BY Employment Desired=.. - POSITION DATE YOU CAN START ARE YOU EMPLOYED NOW? 7 YES El NO IF SO, MAY WE INQUIRE OF YOUR PRESENT EMPLOYER? YES NO HEN EVER APPLIED TO WHERE T THIS COMPANY BEFOREI YES NO Education History -- - - NAME 8 LOCATION OF SCHOOL �— YEAR^, ATTENDED DtD YOU SUBJECTS STUDIED GFIAUUATE • CORRESPONDENCE SCHOOL General Information .. .k. ,. m... SUBJECT OF SPECIAL STUDY/RESEARCH WORK SPECIAL TRAINING SPECIAL SKILLS U.S. MILITARY OR NAVAL SERVICE RANK Former Employers (LIST BELOW LAST FOUR EMPLOYERS, STARTING WITH LAST ONE FIRST) - R. KK �. - .•«-�-w .. DATE NAME & ADDRESS OF EMPLOYER POSITION REASON FOR LEAVING MONTH AND YEAR I • II -• AI • I II • • • II ICI • A'yOO1 ! 1 •azt531 GUNIIIVUtU UN UIHLH 610t 0812019 (GIVE BELOW THE NAMES OF THREE PERSONS NOT RELATED TO YOU, WHOM YOU HAVE KNOWN AT LEAST ONE YEAR.) Authorization "I certify that the facts contained in this application are true and complete to the best of my knowledge and understand that, if employed, falsified statements on this application shall be grounds for dismissal. authorize investigation of all statements contained herein and the references and employers listed above to give you any and all in- formation concerning my previous employment and any pertinent information they may have, personal or otherwise, and release the company from all liability for any damage that may result from utilization of such information. I also understand and agree that no representative of the company has any authority to enter into any agreement for employment for any specified period of time, or to make any agreement contrary to the foregoing, unless it is in writing and signed by an authorized company representative. This waiver does not permit the release or use of disability -related or medical information in a manner prohibited by the Americans with Disabilities Act (ADA) and other relevant federal and state laws. I understand that a consumer credit report or criminal records check may be necessary prior to my employment. If such reports are required, I understand that, in compliance with federal law, the company will provide me with a written notice regarding the use of these reports and will also obtain a separate written authorization from me to consent to these reports. I also understand that a poor credit history or conviction will not automatically result in disqualification from employment." In compllance with federal law, all persons hired will be required to verify identity and ellgibillty to work in the United States and to com- plete the required employment eligibility verification document form upon hire. DATE SIGNATURE - Do Not Write Below This Line�.z... DATE INTERVIEWED BY Remarks,_____ NEATNESS CHARACTER PERSONALITY ABILITY HIRED FOR DEPT.7- POSITION WILL REPORT SALARY WAGES APPROVED EMPLOYMENT MANAGER DEPARTMENT HEAD GENERAL MANAGER This application for employment is sold only for general use throughout the United States. TOPS assumes no responsibility and hereby disclaims any liability for the inclusion in this form of any questions or requests for information upon which a violation of local, state, and/or federal law may be based. It is the user's responsibility to ensure that this form's use compiles with applicable laws, which change from time to time. V Audited Financial Statement of Approved Documentation 10:29 AM D & G TOWING AND RECOVERY LLC 05/17/23 Profit & Loss Accrual Basis January through December 2022 Ordinary Income/Expense Income Gross Trucking Income Other Income Sbad Treas 310 Total Other Income Total Income Cost of Goods Sold - Car Purchase Car Wash Expense Fuel for Hired Vehicles Parts Purchases Truck Maintenance Costs Tires & Batteries Truck Maintenance Costs - Other Total Truck Maintenance Costs Total COGS Gross Profit Expense Accounting Advertising & Promotion Auction Fees Bank Service Charges Merchant Service Fee Bank Service Charges - Other Total Bank Service Charges Business Licenses and Permits Car History Reports Computer and Internet Expenses IT & Software Computer and Internet Expenses - Ot... Total Computer and Internet Expenses Employment Background Equipment Communication Equipment Safety Equipment Total Equipment Insurance Expense Insurance Broker Bond Liability Insurance Repossesion Insurance Insurance Expense - Other Total Insurance Expense Key Duplicate Lien Holder Meals and Entertainment Medical Expense Membership Jan - Dec 22 1,262,106.60 155,000.00 155.000.00 1,417,106.60 32,174.24 881.16 137,855.89 11, 258.76 6.474.38 6,670.41 13,144.79 195,314.84 1,221,791.76 4,175.00 8,775.07 398.00 4,842.88 3,065.13 7,908.01 32,395.65 99.99 2,989.54 2,540.64 5,530.18 552.70 10,428.57 2,844.28 13,272.85 928.64 31.639.61 5,820.06 1 R77 AR 39,965,79 15,232.83 6,775.00 5,382.87 462.61 474.86 Page 1 10:29 AM D & G TOWING AND RECOVERY LLC 05/17123 Profit & Loss Accrual Basis January through December 2022 Office Supplies Printer Lease Office Supplies - Other Total Office Supplies Outside Labor Outside Service Payroll Expenses Federal Withholding Medicare Social Security Wages Total Payroll Expenses Payroll Taxes 940 941 RT-6 Total Payroll Taxes Postage Expense Professional Fees Rent Expense Repairs and Maintenance Sales And Use Tax Security System Small Tools and Equipment Toll Expense Travel Expenses Truck Payments Uniforms Utilities Telephone Expense Utilities - Other Total Utilities VIN Number Research Total Expense Net Ordinary Income Net Income REID'S INCO,VF TAX :� COMPUTER SERVICE, LLC 5419 NORTH STAE ROAD 7 TAMARAC, FL 33319-2921 TEL # (954) 717-0651 / FAX # (954)735-2425 Jan - Dec 22 2,904.35 z ')7) zz 6,176.68 256,237.77 12,837.44 22,660.00 1,783,50 7,626.00 90,930.50 123.000.00 84.00 9,409.50 89.00 9,582.50 123.05 5,464.49 143,630.58 2,024.57 1,119.21 4,299.81 3,326.43 2,180.70 3.115.16 206,591.43 8,341.50 9,299.34 20,126.36 29,425.70 159.92 959,038.35 262.753.41 262,753.41 Page 2 CONTACT SHEET Giselle Maxwell President (954)870-5567 Davion Silvera Vice President (954) 994-4707 DGTow835@gmall.com "L DavionSilvera@yahoo.com FL 33309 0*0 MINNOW 2760 NW 55t www. DGTowingAn h Court Fort Lauderdale ACCPRD `..i CERTIFICATE OF LIABILITY INSURANCE DATE (MMIODNYYY) 1 06/26/2023 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(ies) must have ADDITIONAL INSURED provisions or 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 endorsements . PRODUCER Progressive Insurance PO Box 94739, Cleveland, OH 44101 CONTACT NAME: Progressive Commercial Lines Customer and Agent Servicing PHONE FAX AtC, No, Exl : 1-800-444-4487 A/C No E-MAIL ADDRESS: progressivecommercial!?aemail.progressive.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Progressive Express Insurance Company 10193 INSURED D 8 G Towing and Recovery LLC INSURER B : 2760 NW 55th Court INSURER C : INSURER D fort Lauderdale. FL 33309 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 9760496527105070030062623Tl5l3OO 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. INSR LTR TYPE OF INSURANCE ADOL INSD SUBR WVO POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP (MMiDDNYYY) LIMITS COMMERCIAL GENERAL LIABILITY GLAIMS-MADE❑COOL R EACH OCCURRENCE AMA E TO N PREMISES Ea occurrence GEN'L MED EXP (Any one person) PERSONAL 8 ADV INJURY AGGREGATE LIMIT APPLIES PER: PRO - POLICY 11JECT LOG OTHER. GENERAL AGGREGATE PRODUCTS - COMPlOP AGG 5 A AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY X AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY N N 969700679 05/1212023 05/12(2024 COMBINED SINGLE LIMIT Ea accident S BODILY INJURY Perperson) 10 0 0 50DILYINJURY Per accident' $20,000 ROP RTY pAMAGE Per ar-cident) $ 10.000 UMBRELLA LAB EXCESS LAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION S 5 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETORIPARTNER'EXECUTIVE ❑ OFFICERIMEMBEREXCLUDED7 (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A IRTHTF E.L. EACH ACCIDENT S E.L. DISEASE - EA EMPLOYE E.L. DISEASE - POLICY LIMIT S ATNM See ACORD 101 for additional coverage details. 969700679 05/12J2023 05112/2024 S DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more apace Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN D & G Towing and Recovery LLC ACCORDANCE WITH THE POLICY PROVISIONS. 2760 NW 55th Court fort Lauderdale, FL 33309 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER 10: LOG ACCIPRI:> L__� ADDITIONAL REMARKS SCHEDULE Page 1 of I AGENCY NAMED INSURED Progressive Insurance D & G Towing and Recovery LLC 2760 NW 55th Court POLICY NUMBER fort lauderdale , FL 33309 969700679 CARRIER NAJC CODE EFFECTIVE DATE: 05112/2023 Progressive Express Insurance Company 10193 ALIUI I IIJIYAL KtMAKK* THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Additional Coverages Insurancecoverages) . - . .. Limits ...................................... .6a rage k . eeper' sLegal Liability ....... ............................................................................................................................ $1 . 0 . 0,000 wIS500 DedNehicle, $2,500 Aggregate ­ ....... On Hook Towing Liability............................................. ... S50,J060"w/1$111,0`00113ad" ­­­'_­***­ ...... I ........... Personal Protection ......... ... . ...... ...... . . I .................... ............................................................................. $1 0.000 w1$0 Dad -Named Insured Only Uninsured Motorist -Non stack a d . . .... . I .. .... $ 1 0 000 $20 000 Description of Location/Vehicles/Special Iterns, Scheduled autos only ...... ** ...................... *'*'** ........... * ........................ ...... . ...... ........... Comprehensive $2.500 Dad Collision $2,500 Dad ............. ....... ...... * ...... .... .............. .. ........ . ..... Comprehensive $2,500 Dad Collision $2,500 Dad ... ..... ....... * ....... ....... ......... ­ . ..... ................... ....... Comprehensive $2,500 Dad Collision $2,500 Dad .............. ............ . ....................... ..... .. ....... ..... . ....... ..... .. Comprehensive $2,500 Dad Collision $2,500 Dad 26&kW 656b*3&WlWbL54b'i2&6i­ " * ...... *"*"* .... *** .... .... ' ... ­ ..... ' ... ......... * ...... ' .... * ... * .. ..... ** ........... ­* ... ... * ........ ** ........ Comprehensive $2,500 Ded Collision $2,500 Dad �di� 0&i�;460 *�i6'iKkArAk&W&�66b "' - * ' ' - * ..... ...... ....... ..... . ............... ****"* ........ Comprehensive $2,500 Ded Collision $2,500 Ded Liability coverage may not apply to all scheduled vehicles. ACORD 101 (2008/01) Cc) 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ,a�oRo® CERTIFICATE OF LIABILITY INSURANCE DATE(MMrDDmYY) 06/26/2023 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(ies) must have ADDITIONAL INSURED provisions or be endorsed. It 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 BIBERK P.O. Box 113247 Stamford, CT 06911 CONTACT NAME: PHONE 844-472-0967 FAX 203 654-3623 (A1c , No): E TAIL ADDRESS. customerservice@biBERK.com INSURER(S) AFFORDING COVERAGE NAIC * INSURER A: Berkshire Hathaway Direct Insurance company 10391 INSURED D&G Towing and Recovery INSURER B : INSURER C : INSURER D: _ 2760 NW 55TH COURT Fort Lauderdale, FL 33309 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 [NSURANCE 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. INSR LT TYPE OF INSURANCE ADOL-SUBR� I POLICY NUMBER POLICY EFF I MMIDDJYYYY POLICY EXP MMIDDIYYYY LIMITS COMMERCIAL GENERAL LIABILITY I EACH OCCURRENCE $ 0 CLAIMS -MADE OCCUR DAMAGES( RENTED P REMISES Ea orzur nce 5 0 MED ExP (Any one Person) S 0 PERSONAL d ADV INJURY S 0 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 0 POLICY ❑ j� LOG HOTHER PRODUCTS-COMPIOPAGG S 0 s _ i AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT a aoadenl $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY BODILY INJURY (Pet atsident) S PROPERTYDAMAGE _(Per aoadent $ S LIAR OCCUR EACH OCCURRENCE $ #UMBRELLA AGGREGATE S EXCESS UAB CLAIMS -MADE DED RETENTION S S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIEORfRARTNERIEXECUTIVE YIN (M IC€RIMEMBEREXCLUDED� Y❑ (Mandatory in NH) NIA N9WC714554 06/27/2023 06/27/202R X I STATUTE I I ER" EL EACH ACCIDENT s1D0 000 EL. DISEASE - EA EMPLOYEE $100 0 0 If yes, describe under DESCRIPTION OF OPERATIONS Wow EL OIS ASE- POLICY LIMIT S500 000 Professional Liability (Errors & Per Occurrence/ Omissions): Claims -Made Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached d more space Is required) Exclusions: GISEL MAXWELL; DAVION SILVERA; CERTIFICATE HOLDFR rANrtl=l I ATIC)N SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE D&G Towing and Recovery THE ACCORDANCE D EWITHTHE POLCYNOTICE PROVISIONS. WILL BE DELIVERED IN 2760 NW 55TH COURT Fort Lauderdale, FL 33309 AUTHOR LZED REPRESENTATIVE (qp 01988-2015 ACORD CORPORATION. All rights reserved, ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD CERTIFICATION Description Company Name Address Telephone City State Zip Contractor's License Number Federal Tax ID Number Email address for above signer Indicate which type of organization from the list in the Options column. Response D & G Towing and Recovery LLC 2760 NW 55th Court (954) 870-5567 Tamarac Florida 33309 TI-00262 82-0946544 DGTow835@gmail.com LLC Options Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable CORPORATION