Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R25-108
RESOLUTION NO. R25-108 2 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, AWARDING REQUEST FOR PROPOSAL NO. PD25- 5 015 FOR TOWING AND STORAGE SERVICES TO KAUFF'S OF PALM 6 BEACH, INC., AND BECKS TOWING AND RECOVERY, INC., AND 7 APPROVING AGREEMENTS WITH THE AWARDED CONTRACTORS; 8 AND FOR ALL OTHER PURPOSES. 9 10 WHEREAS,the City's current towing contract has expired and is now in the final six months 11 of its extension; and 12 WHEREAS, the City issued a Request for Proposal ("RFP") to secure a new non-exclusive 13 franchise agreement for towing and storage services; and 14 WHEREAS, City staff, after the evaluation of proposals, has determined that it would be 15 most advantageous for the City to award the agreement to two qualified vendors, whose services 16 will be rotated on a per-call basis, effectively sharing the workload and ensuring service coverage 17 while fostering competition and operational efficiency; and 18 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 19 best interests of the City's citizens and residents to award RFP No. PD25-015 for Towing and 20 Storage Services to Kauff's of Palm Beach, Inc., and Becks Towing and Recovery, Inc. 21 ("Contractors"), and approve agreements with the awarded Contractors. 22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 23 BEACH, FLORIDA, THAT: 24 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 25 being true and correct and are hereby made a specific part of this Resolution upon adoption. 26 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 27 award RFP No. PD25-015 for Towing and Storage Services to Kauff's of Palm Beach, Inc., and Becks 28 Towing and Recovery Inc. 29 SECTION 3. The City Commission of the City of Boynton Beach, Florida, does hereby 30 approve a Towing and Storage Services Agreement between the City and Kauff's of Palm Beach, 31 Inc., (the "Agreement"), in form and substance similar to that attached as Exhibit A. 31 SECTION 4. The City Commission of the City of Boynton Beach, Florida, does hereby 33 approve a Towing and Storage Services Agreement between the City and Becks Towing and 34 Recovery Inc., (the "Agreement"), in form and substance similar to that attached as Exhibit B. 35 SECTION 5. The City Commission of the City of Boynton Beach, Florida, hereby 36 authorizes the Mayor to execute the Agreements. The Mayor is further authorized to execute any 37 ancillary documents required under the Agreements or necessary to accomplish the purposes of 38 the Agreements and this Resolution. 39 SECTION 6. The City Clerk shall retain the fully executed Agreements as a public record 40 of the City. A copy of the fully executed Agreement shall be provided to Rhonda Kaplan to forward 41 to the Contractors. 42 SECTION 7. This Resolution shall take effect in accordance with the law. 43 44 45 46 47 [SIGNATURES ON THE FOLLOWING PAGE] 48 49 PASSED AND ADOPTED this Lel day of 2025. 50 51 CITY OF BOYNTON BEACH, FLORIDA 52 YES NO 53 Mayor– Rebecca Shelton 54 55 Vice Mayor–Woodrow L. Hay 56 57 Commissioner–Angela Cruz 58 59 Commissioner–Thomas Turkin 'NzigrPrr}' 60 61 Commissioner–Aimee Kelley 62 63 VOTE Li'D 64 ATTE• : 65 .� .-111-• ii,e_ 66 I t ° 67 Maylee Demi esus, MPA, MC Rebecca Shelton 68 City Cle k _—�oY N To Y `%%� Mayor 70 i tib ' °p ATF•';`7 $ APPROVED AS TO FORM: I SEAL i=', 71 (Corporate Seal) , f :INCORPORATED: 72 '% : EXHIBIT A The Kauff's of Palm Beach, Inc. Agreement TOWING AND STORAGE SERVICES AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND KAUFF'S OF PALM BEACH, INC. THIS AGREEMENT ("Agreement") is entered into between the CITY OF BOYNTON BEACH, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Ave., Boynton Beach, FL 33435, hereinafter referred to as"CITY", and KAUFF'S OF PALM BEACH, INC. a Florida Profit Corporation with a business address of 4010 THOR DRIVE, Boynton Beach, Florida 33426, hereinafter referred to as the "CONTRACTOR." In consideration of the mutual benefits, terms, and conditions hereinafter specified, the Parties agree as set forth below. 1. PROJECT DESIGNATION. The CONTRACTOR is retained by the CITY to provide nonexclusive franchise rights for towing and storage services required by the CITY or through the Boynton Beach Police Department. 2. SCOPE OF SERVICES. CONTRACTOR agrees to perform the services required for Towing and Storage Services. The Towing and Storage Services are described in greater detail in RFP No. PD25-015 (the "RFP"), CONTRACTOR shall comply with the requirements, scope of work, and specifications as enumerated in the RFP incorporated herein and CONTRACTOR's Proposal, copies of which are attached hereto as Composite Exhibit A. In the event of a conflict between the RFP, this Agreement, and CONTRACTOR's Proposal, this Agreement shall take precedence, then the RFP, and then the Proposal. 3. TIME FOR PERFORMANCE. Work under this Agreement shall commence upon the giving of written notice by the CITY to the CONTRACTOR to proceed. CONTRACTOR shall perform all services and provide all work product required pursuant to this Agreement. 4. TERM. The initial Agreement period shall be for an initial term of two (2) years, commencing on ty�y L , 2025, and shall remain in effect through I- t L , 2027. The CITY reserves the right to renew the Agreement for three (3) one-year renewals subject to CONTRACTOR acceptance, satisfactory performance as determined by the CITY, and determination by the CITY that renewal will be in the best interest of the CITY. 5. FEES, RATES, AND PAYMENT. CONTRACTOR shall remit the Administrative Fee established in Section 14.5-1 of the City Code of Ordinances to the City on a monthly basis and provide an accounting pursuant to the terms of the RFP. CONTRACTOR shall charge an amount not to exceed the rates set forth in the Schedule of Prices for all non-consent tows,which shall be the then-current maximum fees established by Palm Beach County as amended from time to time. CONTRACTOR is responsible for collecting non-consent tow fees before releasing the vehicle. The CONTRACTOR shall be paid by the CITY for completed work and for services rendered in accordance with the terms of the RFP. The Schedule of Prices is attached as Exhibit B to this Agreement, which shall be automatically amended each year when Palm Beach County updates its schedule of Maximum Towing Rates. Invoices and payments shall be processed in accordance with the following: A. Payment for the work provided by CONTRACTOR shall be made promptly on all invoices submitted to the CITY properly, provided that the total amount of payment to CONTRACTOR shall not exceed the total contract price without express written modification of the Agreement signed by the CITY. B. The CONTRACTOR may submit invoices to the CITY once per month during the progress of the work for partial payment. Such invoices will be checked by the CITY, and upon approval thereof, payment will be made to the CONTRACTOR in the amount approved. C. Final payment of any balance due the CONTRACTOR of the total contract price earned will be made promptly upon its ascertainment and verification by the CITY after the completion of the work under this Agreement and its acceptance by the CITY. D. Payment as provided in this section by the CITY shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment, and incidentals necessary to complete the work. E. The CONTRACTOR'S records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the CITY and State for a period of five (5) years after the termination of the Agreement. Copies shall be made available upon request F. All payments shall be governed by the Local Government Prompt Payment Act, as set forth in Part VII, Chapter 218, Florida Statutes. 6. ROTATION. The parties acknowledge that the CITY has awarded multiple towing and storage services contracts. Calls for service will be assigned on a per-type rotation basis. The three rotation types are Standard (which includes Class A & B), Heavy Tow (Class C & D), and Free/City Tow. The CITY will designate the starting CONTRACTOR for each rotation prior to the contract start date. When a single incident requires two rotation types, the CITY will call the appropriate contractor from each category to respond to their respective tow types. The CONTRACTOR shall respond and arrive at the requested location within thirty (30) minutes after notification with appropriate towing equipment to handle the towing call requested by any authorized representative of the CITY. If the assigned CONTRACTOR does not respond within 30 minutes, the CITY reserves the right to cancel the service request and assign it to the next contractor in the rotation. The non- responding CONTRACTOR will be considered to have received their turn in the rotation regardless of their failure to respond. Upon arrival at any accident scene for which a tow is requested, the CONTRACTOR's 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. If, in the CITY's sole discretion, CONTRACTOR lacks 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, whether under contract or not, to provide some or all of the equipment or services required for that specific incident. In such cases, the CONTRACTOR lacking the necessary equipment will be considered to have received their turn in the rotation. 7. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications, and other materials produced by the CONTRACTOR in connection with the services rendered under this Agreement shall be the property of the CITY whether the project for which they are made is executed or not. The CONTRACTOR shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference, and use in connection with CONTRACTOR's endeavors. 8. COMPLIANCE WITH LAWS. CONTRACTOR shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state of Florida, Palm Beach County, and City of Boynton Beach ordinances and regulations that are applicable to the services to be rendered under this agreement, including but not limited to, the City's Towing Ordinance, the Palm Beach County Towing Ordinance, and Chapter 713, Florida Statutes 9. INDEMNIFICATION. A. The CONTRACTOR shall indemnify and hold harmless the CITY, its officers, employees, agents, and instrumentalities from any and all liability, losses, or damages, including attorneys' fees and costs of defense,which the CITY or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to and resulting from the performance of this Agreement by the CONTRACTOR, its employees, agents, partners, principals or subcontractors. The CONTRACTOR shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the CITY, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys' fees which may issue thereon. Neither party to this Agreement shall be liable to any third party claiming directly or through the other respective party, for any special, incidental, indirect, or consequential damages of any kind, including but not limited to lost profits or use that may result from this Agreement or out of the services or goods furnished hereunder. B. The parties understand and agree that the covenants and representations relating to this indemnification provision shall survive the term of this Agreement and continue in full force and effect as to the party's responsibility to indemnify. C. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or§768.28, Fla. Stat., as may be amended from time to time. 10. INSURANCE A. During the performance of the services under this Agreement, CONTRACTOR shall maintain the following insurance policies and provide originals or certified copies of all policies to CITY's Director of Risk Management. All policies shall be written by an insurance company authorized to do business in Florida. CONTRACTOR shall be required to obtain all applicable insurance coverage, as indicated below, prior to commencing any service pursuant to this Agreement: i. Worker's Compensation Insurance: The CONTRACTOR shall procure and maintain for the life of this Agreement, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any subcontractor that does not have their own Worker's Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Boynton Beach, executed by the insurance company. ii. Comprehensive General Liability: The CONTRACTOR shall procure and maintain for the life of this Agreement, Comprehensive General Liability Insurance This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent consultants, Products-Completed Operations and Contractual Liability with specific reference to Article 8, "Indemnification" of this Agreement. This policy shall provide coverage for death, personal injury, or property damage that could arise directly or indirectly from the performance of this Agreement. CONTRACTOR shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty(30)days prior written notice to the CITY iii. Business Automobile Liability: The CONTRACTOR shall procure and maintain, for the life of this Agreement, Business Automobile Liability Insurance. The CONTRACTOR shall maintain a minimum amount of $1,000,000 combined single limit for bodily injury and property damage liability to protect the CONTRACTOR from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non-owned automobile, included rented automobiles, whether such operations be by the CONTRACTOR or by anyone directly or indirectly employed by the CONTRACTOR. V. Garage Keepers Liability Insurance: The CONTRACTOR shall procure and maintain for the life of this Agreement, Garage Keepers Insurance in an amount no less than $1,000,000.00. Such coverage shall provide for the following perils: fire, theft, vandalism, and collision. vi. On-Hook Towing Insurance: The CONTRACTOR shall procure and maintain for the life of this Agreement, On-Hook Towing & Cargo Insurance in an amount not less than $100,000.00. Such coverage shall provide for the following perils: fire, theft, explosion, vandalism, and collision. vii. Umbrella/Excess Liability Insurance: in the amount of $1,000,000.00 as determined appropriate by the CITY depending on the type of job and exposures contemplated. Coverage must follow form of the General Liability, Auto Liability, and Employer's Liability This coverage shall be maintained for a period of no less than the later of three (3) years after the delivery of goods/services or final payment pursuant to the Agreement. B. CONTRACTOR shall provide the CITY with all Certificates of Insurance required under this section prior to beginning performance under this Agreement. Failure to maintain the required insurance will be considered a default of the Agreement. C. The CITY shall be named as an additional insured. The coverage shall contain no limitations on the scope of protection afforded the CITY, its officers, officials, employees, or volunteers. A current valid insurance policy meeting the requirements herein identified shall be maintained during the duration of this Agreement and shall be endorsed to state that coverage shall not be suspended, voided, or cancelled by either party, reduced in coverage in limits except after thirty (30) days prior written notice by either certified mail, return receipt requested, has been given to the CITY. D. The CITY reserves the right to reasonably require any additional insurance coverage or increased limits as determined necessary by the Director of Risk Management. The CITY reserves the right to review, modify, reject, or accept any required policies of insurance, including limits, coverage, or endorsements throughout the term of the Agreement. 11. INDEPENDENT CONTRACTOR. The CONTRACTOR and the CITY agree that the CONTRACTOR is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither CONTRACTOR nor any employee of CONTRACTOR shall be entitled to any benefits accorded CITY employees by virtue of the services provided under this Agreement. The CITY shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONTRACTOR, or any employee of CONTRACTOR. 12. COVENANT AGAINST CONTINGENT FEES. The CONTRACTOR warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONTRACTOR any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty,the CITY shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 13. DISCRIMINATION PROHIBITED. The CONTRACTOR, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex, or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 14. ASSIGNMENT. The CONTRACTOR shall not sublet or assign any of the services covered by this Agreement without the express written consent of the CITY. 15. NON-WAIVER. Waiver by the CITY of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 16. TERMINATION. A. Termination for Convenience. This Agreement may be terminated by the CITY for convenience, upon thirty (30) days of written notice by the terminating party to the other party for such termination in which event the CONTRACTOR shall be paid its compensation for services performed to the termination date, including services reasonably related to termination. In the event that the CONTRACTOR abandons the Agreement or causes it to be terminated, the CONTRACTOR shall indemnify the CITY against loss pertaining to this termination. B Termination for Cause. In addition to all other remedies available to CITY, this Agreement shall be subject to cancellation by CITY for cause, should CONTRACTOR 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 CONTRACTOR of written notice of such neglect or failure 17. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction exclusively in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 18. NOTICES. Notices to the CITY shall be sent to the following address: Daniel Dugger, City Manager City of Boynton Beach 100 E. Ocean Avenue Boynton Beach, FL 33435 Notices to CONTRACTOR shall be sent to the following address: ATTN: Sean Loscalzo Address: 4010 Thor Drive Boynton Beach, Florida 33426 Phone: 561-844-5283 Email: sloscalzokauffstowing.com 19. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations, or agreements, written or oral. This agreement may be amended only by written instrument signed by both CITY and CONTRACTOR. 20. PUBLIC RECORDS. The CITY is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the CONTRACTOR shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY 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 chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, CONTRACTOR shall destroy all copies of such confidential and exempt records remaining in its possession once the CONTRACTOR transfers the records in its possession to the CITY; and D. Upon completion of the contract, CONTRACTOR shall transfer to the CITY, at no cost to the CITY, all public records in CONTRACTOR's possession. All records stored electronically by CONTRACTOR 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. 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: CITY CLERK 100 E. OCEAN AVE. BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CITYCLERK@BBFL.US 21. SCRUTINIZED COMPANIES. 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. 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. 22. E-VERIFY. CONTRACTOR certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statutes, as may be amended from time to time and briefly described herein below. A. Definitions for this Section: i. "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. ii. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. iii. "E-Verify system" means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. B. Registration Requirement; Termination. Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: i. All persons employed by a Contractor to perform employment duties within Florida during the term of the contract, ii. All persons (including sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the CITY of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the CITY of Boynton Beach; and iii. The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. 23. MISCELLANEOUS. A. No assignment by a party hereto of any rights under or interests in this Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. B CITY and CONTRACTOR each binds itself, their partners, successors, assigns and legal representatives to the other party hereto, their partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in this Agreement. C. In the event that either party brings suit for enforcement of this Agreement, each party shall bear its own attorney's fees and court costs, except as otherwise provided under the indemnification provisions set forth herein above. D. Prior to final payment of the amount due under the terms of this Agreement, to the extent permitted by law, a final waiver of lien shall be required to be submitted by the CONTRACTOR, as well as all suppliers and subcontractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by CONTRACTOR shall release CITY from all claims of liability by CONTRACTOR in connection with this Agreement. E. At all times during the performance of this Agreement, CONTRACTOR shall protect CITY's property from all damage whatsoever on account of the work being carried on under this Agreement. F It shall be the CONTRACTOR's responsibility to be aware of and comply with all statutes, ordinances, rules, orders, regulations, and requirements of all local, city, state, and federal agencies as applicable. G This Agreement represents the entire and integrated agreement between CITY and CONTRACTOR and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement is intended by the parties hereto to be the final expression of this Agreement, and it constitutes the full and entire understanding between the parties with respect to the subject hereof, notwithstanding any representations, statements, or agreements to the contrary heretofore made. In the event of a conflict between this Agreement, the solicitation, and the CONTRACTOR's bid proposal, this Agreement shall govern then, the solicitation, and then the bid proposal. This Agreement may be amended only by written instrument signed by both CITY and CONTRACTOR. H. This Agreement will take effect on the Effective Date. This Agreement may be executed by hand or electronically in multiple originals or counterparts, each of which shall be deemed to be an original and together shall constitute one and the same agreement. Execution and delivery of this Agreement by the Parties shall be legally binding, valid, and effective upon delivery of the executed documents to the other party through facsimile transmission, email, or other electronic delivery. 24. SOVEREIGN IMMUNITY. Nothing contained herein is intended to serve as a waiver of sovereign immunity by the CITY or as a waiver of limits of liability or rights the CITY may have under the doctrine of sovereign immunity or under Section 768.28, Florida Statutes. 25. TRUTH-IN-NEGOTIATION CERTIFICATE. A. Execution of this Agreement by the CONTRACTOR shall act as the execution of a truth-in- negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement is accurate, complete, and current as of the date of the Agreement and no higher than those charged to the CONTRACTOR's most favored customer for the same or substantially similar service B. The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete, or non-current wage rates or due to inaccurate representations of fees paid to outside contractors. The CITY shall exercise its rights under this "Certificate"within one (1) year following payment. 26. ENTITIES OF FOREIGN CONCERN. CONTRACTOR will have access to an individual's personal identifying information under this Agreement. CONTRACTOR represents and certifies: (i) CONTRACTOR is not owned by the government of a foreign country of concern; (ii)the government of a foreign country of concern does not have a controlling interest in CONTRACTOR; and (iii) CONTRACTOR is not organized under the laws of and does not have its principal place of business in, a foreign country of concern. Prior to CONTRACTOR and any subcontractor having access to personal identifying information pursuant to this Agreement, CONTRACTOR and any subcontractor shall submit to CITY executed affidavit(s) under penalty of perjury, in a form approved by City attesting that the entity does not meet any of the criteria in Section 287.138(2), Florida Statutes. Compliance with the requirements of this section is included in the requirements of a proper invoice. Terms used in this section that are not otherwise defined in this Agreement shall have the meanings ascribed to such terms in Section 287.138. Florida Statutes. 27. ANTI-HUMAN TRAFFICKING. On or before the Effective Date of this Agreement, CONTRACTOR shall provide CITY with an affidavit attesting that the CONTRACTOR does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. 28. PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING -- F.S. 287.05701. CONTRACTOR is hereby notified of the provisions of section 287.05701, Florida Statutes, as amended, that the CITY will not request documentation of or consider CONTRACTOR's social, political, or ideological interests when determining if the CONTRACTOR is a responsible CONTRACTOR. CONTRACTOR is further notified that the CITY's governing body may not give preference to a CONTRACTOR based on the CONTRACTOR's social, political, or ideological interests. This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts, whether signed physically or electronically, which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes. IN WITNESS OF THE FOREGOING, the Parties have set their hands and seals the day and year written below. CITY O BOYNTON BEACH KAUFF'S OF PALM BEACH, INC. i Re ecca Shelton, Mayor Signature of Auth. ized Offici Sean Loscalzo Name of Authorized Official Vice President Title`/ Approved as to Form: T'J—(;20Z Date (Corporate Seal) Attest/Authenticated: Jahtma Shawna Lamb, City Attorney r✓!1 4-t—t I^I 11l + a fitness Date Attest/Authenticated: (..11\ Maylee Ge us, City Cler I ni)n C l/ ?0�C �-4...POR ONS%%1 Date : c,° ATF'•.`Y ii SEAL •_�'% c : INCORPORATEDi f df to 1920 •,: IS . ......... t% `‘ FCORID '= CORPORATE ACKNOWLEDGEMENT STATE OF FioricitCA ) COUNTY OF'ft lin GeLtCAcl ) The foregoing instrument was acknowledged before me by means of o physical presence or o online notarization, this ytn day of Apr , 202) by Swirl tosCcilz0on behalf of u FCs of iu IM 3(0G41, a Ft • C.or P . . He/she is personally known to me or has produced persokq Ii1 as identification. /461140, ;; NATALIE LYN HUNTER \AJu,1 A i; 35r _'_ G NOTARY PUBLIC (ommissio�I NH 635693 My Comm.Eop1IresA47,20 27 .eora.achrowh Attiolic L. I-414 /e/ (Name of Notary Typed, Printed or Stamped) 0{-ViCe_ IfYleii'1Glc t/r N � Title o Rank Serial number, if any ACoRD® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 4/4/2025 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 be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTNAME: misty Misty Riley Kapnick Insurance Group PHONE FAX 333 Industrail Drive (A/C.No.Extl:517-266-6543 (A/c,No).517-263-6658 Adrian MI 49221-7801 ADDRESS: misty.riley@kapnick.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A.National Interstate 32620 INSURED KAUFINC-01 INSURER B•Vanliner Insurance Company 21172 Kauffs of Palm Beach Inc. 4701 East Ave INSURER c•Oxford Insurance Company NC LLC 16817 West Palm Beach FL 33407 INSURER D. INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1436913086 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER IMMIDD/YYYYI IMMIDD/YYYYI A X COMMERCIAL GENERAL LIABILITY Y GFA4430001-04 5/6/2024 5/6/2025 EACH OCCURRENCE $1,000,000 AMAGE CLAIMS-MADE X OCCUR PREM SESO(EaENTED occurrence) $100,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $3,000,000 PRO POLICY X JECT LOC PRODUCTS-COMP/OP AGG $3,000,000 OTHER $ A AUTOMOBILE LIABILITY Y GFA4430001-04 5/6/2024 5/6/2025 COMBINED SINGLE LIMIT S (Ea accident) 1.000.000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED .— SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS AUT S X EED Peri accident) $ $ C UMBRELLA UAB X OCCUR Y 605-24-NC 5/6/2024 5/6/2025 EACH OCCURRENCE $1,000,000 X EXCESS UAB CLAIMS-MADE AGGREGATE $1,000,000 DED RETENTIONS $ B WORKERS COMPENSATION Y GFW4430001-04 5/6/2024 5/6/2025 X PER OTH- AND EMPLOYERS'LIABILITY Y!N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE N!A E L EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? ri _ _-- (Mandatory In NH) E L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E L.DISEASE-POLICY LIMIT S 1,000,000 A Cargo/On Hook GFC4430001-04 5162024 5/6/2025 Per Truck Limit See Schedule A Garagekeepers GFA4430001.04 5/6/2024 5/6/2025 See Notes A Leased/Rented/Borrowed Equipment U10000088-04 5/62024 5/6/2025 Limit 350,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Cargo&On-Hook Deductible See Attached Garagekeepers'Limits 4701 East Ave West Palm Beach,FL 33407-$600,000 516 Commerce Way Jupiter,FL 33458-$250,000 4010 Thor Drive Boynton Beach,FL 33426-$500,000 1521 Neptune Drive,Boynton Beach,FL 33426-$500,000 See Attached... 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. The City of Boynton Beach 100 E.Ocean Avenue AUTHORIZEDfarri&_.s REPRESENTATIVE Boynton Beach FL 33435 4-L-fe'e''"`" 1 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: KAUFINC-01 LOC#: ACCPRO ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Kapnick Insurance Group Kauffs of Palm Beach Inc. 4701 East Ave POLICY NUMBER West Palm Beach FL 33407 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Garagekeepers'Comp deduct:$500 per auto,$2,500 max per claim Coll deduct $500 Personal Injury Protection$10,000 each accident Bodily Injury-Combined Single Limit-Each Accident$1,000,000 Uniform Intermodal Interchange/Trailer Interchange Coverage Limit$250,000 with$1,000 Deductible AUTOMATIC STATUS POLICY FORMS(WHEN REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT WITH NAMED INSURED,PER POLICY TERMS&CONDITIONS) GENERAL LIABILITY --Additional Insureds --CG 20 10(04 13)—Additional Insured-Owners,Lessees or Contractors-Scheduled Person or Organization-Blanket Additional Insured Endorsement --CG 20 01 (04 13)-Primary and Non-Contributory --CG 24 04(12 19)-Waiver or Subrogation --CG 00 01 (04 13)-Commercial General Liability Coverage Form(Contractual Liability) AUTO LIABILITY —NI CA 50 57(06 14)—Blanket Additional Insured Endorsement --CA 04 49(11 16)—Primary Non Contributory --CA 04 44(10 13)—Waiver of Subrogation WORKERS COMPENSATION --WC 00 03 13-Waiver of Subrogation EXCESS LIABILITY --Follows Form The City of Boynton Beach is an additional insured regarding the General and Automobile Liability and Waiver of Subrogation in favor of The City of Boynton Beach on the Workers Compensation policy. Should any of the above described policies be cancelled before the expiration date thereof,the issuing insurer will endeavor to mail 10 days for non payment 30 days all others written notice,to the certificate holder but failure to do so shall impose no obligation or liability of any kind upon the insurer,its agents or representatives ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 0 Strength. Knowledge. Direction.' Year Make Model VIN On Hook Limit On Hook Ded Cargo Limit Cargo Ded Company _2018 Hino 258 Rollback SPVN181N614553166 $100,000 $50,000 $0 $0 Kauffs of Palm Beach _2018 Hino 258 Rollback 5PVNJ8JN814S53167 $100,000 $50,000 $0 SO Kauffs of Palm Beach 2012 Dodge Wrecker 3C7WDKBL1CG168895 $100,000 $50,000 $0 SO Kauffs of Palm Beach 2015 International Flatbed 3HAMMMMIOFL689790 $100,000 $50,000 SO SO Kauff's of Palm Beach _2015 International Flatbed 3HAMUMML2FL689791 $100,000 $50000 SO SO Kauff's of Palm Beach —2017 International 4300 Rollback 1HTMMMML8HH487854 $100,000 $50,000 $0 SO Kauffs of Palm Beach 2017 International 4300 Rollback 1HTMMMML4HH487852 $100,000 $50,000 SO $0 Kauff's of Palm Beach 2005 Ford F150 IFTRX12W75NA19116 SO SO SO $0 Kauff's of Palm Beach _ 2017 Peterbilt Wrecker 1NPB149X9G0347524 $300,000 $50,000 SO SO Kauff's of Palm Beach _ 2017 International FIX Rotator 3HTDTAPt2HN508006 $1,000,000 $50,000 SO $0 Kauff's of Palm Beach __2016 Kenworth Tractor IXKZP4TX7W493543 $0 SO $1,000,000 $50,000 Kauff's of Palm Beach 1999 Fontaine Trailer 4LF4S5235X3507720 $0 SO $0 $0 Kauff's of Palm Beach _ 2005 Fontaine Trader 41F64820753527331 SO SO $0 $0 Kauff'sot Palm Beach 2007 Talbert Trailer 40FSK664X71026090 SO SO SO $0 Kauff's of Palm Beach 2007 Talbert Trader 40FSK684071026094 SO SO SO SO Kauffs of Palm Beach —20041 Talbert Trailer 40FTK754781028537 SO $0 $0 SO Kauffs of Palm Beach _ 2008 Talbert Trailer 40FWK716881029524 SO SO $0 SO Kauffs of Palm Beach 2008 Talbert Trailer 40F10343381029523 SO SO $0 SO Kauffs of Palm Beach 2008 Talbert Trailer 40FAK203481029525 SO SO S0 SO Kauffs of Palm Beach 2014 Talbert Trailer 40FSK5222E1032882 SO SO $0 SO Kauffs of Palm Beath 2014 Talbert Trailer 40FTK4829E1032884 $0 SO SO SO Kauffs of Palm Beach 2014 Talbert Trailer 40FAK0414E1032885 $0 SO SO SO Kauffs of Palm Beach 2014 Talbert Trailer 40E102738E1032646 SO SO SO SO Kauffs of Palm Beach 2015 Talbert Trailer 40F5K4923F1034416 SO SO SO SO Kauffs of Palm Beach 2015 Talbert Trailer 40FTK5122F1034414 SO SO SO SO Kauffs of Palm Beach _2018 Dakota SO Ton Gooseneck Trailer 1DADLD0391M022261 SO SO SO SO Kauffs of Palm Beach 2014 Fontaine Trailer 13N1482C4E1565184 SO SO SO SO Kauffs of Palm Beach _ 2005 Fontaine Trailer 4LFM0510153527789 SO SO SO SO Kauffs of Palm Beach 2005 Fontaine Trailer 4151,40510153527781 SO SO SO SO Kauffs of Palm Beach 2007 Talbert Jeep 40FAK051171026091 SO SO SO SO Kauffs of Palm Beach 2007 Talbert Stinger 40FAK051371016092 SO SO 50 SO Kauffs of Palm Beach 2014 Talbert Stinger 40FAK0512E1032883 SO SO SO SO Kauffs of Palm Beach 2015 TALBERT Flip Axle Stinger Trailer 40FAK0513F1034417 SO SO SO SO Kauffs of Palm Beach _ 2015 TALBERT Flip Axle Stinger Trailer 40FAKOS1XF1034415 SO SO SO SO Kauffs of Palm Beach 2020 Volvo Tractor 4V4NG9EJXLN253152 SO SO $1,000,000 $50,000 Kauffs of Palm Beach 2020 Hino 258 Wheel Lift 5PVN181N11.5554190 5100,000 $50,000 SO SO Kauffs of Palm Beach 2020 Hino 258 SPVN181NXL5554253 $100,000 $50,000 SO SO Kauffs of Palm Beach __-2020 Ram 2500 Mega Cab PU 3C6UR5TLXLG235393 SO SO SO SO Kauff s of Palm Beach N2020 Ram 4500 3C7WRKAL41G121928 $100,000 $50,000 SO SO Kauff sot Palm Beach 2021 Peterbilt 389 Wrecker 1NPXL49X4MD716081 5300,000 550,000 SO SO Kauffs of Palm Beach 2017 Chryler 200 1C3CCCAG9f1N507614 SO SO SO SO Kauffs of Palm Beach Kapnick Insurance Group I kapnick.comKAPNICKI OStrength. Knowledge. Dilcctiuii. Year Make Model VIN On Hook Limit On Hook Ded Cargo Limit Cargo Ded Company _2020 Volvo VNL841740 4V4NG9E161N258459 SO SO $1,000,000 550,000 Kauffs of Palm Beach 2020 Volvo VNL84T740 4V4NG9E1419258458 50 $0 $1,000,000 550,000 Kauffs of Palm Beach 2021 Landoll 440-B Trailer 11H440WH1M1830177 SO SO SO SO Kauffs of Palm Beach 2019 Manac Dropdeck Trailer 5MC124817K3184664 SO SO SO SO Kauffs of Palm Beach 2021 Landoll 440-8 Trailer 11H440WN9M1830976 SO SO SO SO Kauff's of Palm Beach 2021 Landoll 440-8 Trailer 11H440WH2MIB30978 50 SO SO SO Kauff's of Palm Beach 1 2015 Dorsey Flatbed Trailer 51YEF4820FE085940 SC SO SO SO Kauffs of Palm Beach F�__2017 Western Star 4900 Truck SKINABD16HPJF0875 SO SO 51,000,000 550,000 Kauffs of Palm Beach 2017 Talbert Trailer 4050TA 40F00502301035485 SO SO SO SO Kauff's of Palm Beach 2022 Peterbilt 389 Transport Truck 1XPXD49X2N0830357 SO SO 51,000,000 550,000 Kauff's of Palm Beach 2007 Kenworth Tractor 1XKDD40X371177757 SO 50 51.000,000 550,000 Kauff's of Palm Beach 2016 Freightliner Tractor 3AKIGLDVIGSHC2352 SO SO 51000.000 550,000 Kauffs of Palm Beach 2013 Manac Trailer 5MCI2531105138302 SO SO SO SO Kauffs of Palm Beach 11995 International Recovery 1HTSCAAL8SH230844 SO 50 SO SO Kauff's of Palm Beach _ 2000 Fad Pick Up 1FTRF17W9YNA81IO2 S0 SO SO SO Kauffs of Palm Beach 2022 Peterbit 389 Transport Truck IXPXP4EX4N0830356 SO SO 51,000,000 S50000 Kauffs of Palm Beach 2022 TK8OSA Trailer 1TKA05024NM049610 SO SO SO SO Kauffs of Palm Beach 2023 Fontaine Lowboy Trailer 571E53300P35A1920 SO SO SO SO Kauffs of Palm Beach 2023 Fontaine Lowbed Trailer S71ES3306P35A1923 SO SO SO SO Kauffs of Palm Beach 2019 Chevrolet Colorado Pick Up IGCGSCENXK1103131 SO SO SO SO Kauffs of Palm Beach 2021 Fontaine Trailer 571353207M3578003 SO SO SO SO Kauffs of Palm Beach 2023 Peterbilt 389 Wrecker 1NPXX4TXXPD854435 51,000,000 550,000 SO SO Kauffs of Palm Beach 2023 Kenworth T880 Transport Truck 1XKZP4TX6P1263475 SO 50 $1,000,000 SS0,C00 Kauffs of Palm Beach 1023 Hino Tow Truck 5PVN17B57P5T50166 5100,000 $50,000 SO 50 Kauffs of Palm Beach 2023 Hino Tow Truck SPVNI7BSXP5T50I00 5100.000 550,000 SO SO Kauffs of Palm Beach 2023 Peterbilt Wrecker INPX1.40X6PD854433 5300,000 550,000 SO SO Kauffs of Palm Beach 1020 Ram 1500 Pick Up 1C6SRFF17LN157493 SO SO SO SO Kauffs of Palm Beach 1011 Landoll Trailer 840F-53BH 1111840W14M1F29900 SO SO SO SO Kauffs of Palm Beach 2019 Fontaine Steel Flatbed Trailer 13N1482C7K1531011 SO SO SO SO Kauffs of Palm Beach 2024 International MV 3HAEUMM17R1616862 5100,000 550,000 50 SO Kauffs of Palm rnBeach_ 2024 International MV Tow Truck IHTEUMMLXR5716625 5100,000 550,000 50 SO Kauffs of Palm Beach 1024 Fontan 53.90 EXT Flatbed Trailer 5714533C4R35A1671 SO SO SO SO Kauffs of Palm Beach 2024 International Flatbed 3HAEUMIML3RL559754 5100,000 550,000 SO SO Kauffs of Palm Beach 2024 Peterbilt 389 Wrecker 1NPXL40X9Ro666413 5300,000 550,000 SO SO Kauffs of Palm Beach 2020 Nnsan Murano 5NIAZ2AIB01145447 SO SO SO SO Kauffs of Palm Beach 2025 Peterbilt 567 Transport Truck 1XPCD49X6SD692168 SO SO $1,000,000 $50,000 Kauffs of Palm Beach 2024 International MVX Flatbed 3HAEUMMLXR1735621 5100,000 550,000 SO SO Kauff's of Palm Beach 2020 Volvo Tractor 4V4NG9E11LN253153 50 SO $1.000,000 550,000 Kauffs of Palm Beach 2018 Peterbilt 579 1XPBDP9X31D483790 SO SO SO SO Kauffs of Palm Beach 2023 Ram 5500 3C7WRMBLXPG594166 5100,000 550,000 SO SO Kauffs of Palm Beach 2025 Peterbilt 567 Transport Truck 1XPCP4EX1SD7S13S1 SO SO 51,000,000 550,007 Kauffs of Palm Beach Kapnick Insurance Group I kapnick.com KAPNICK� O Strength. Knowledge. Direction. Year Make Model VIN On Hook Limit On Hook Ded Cargo Limit Cargo Ded Company 2024 Peterbilt 389 Wrecker 1NPX140X8BD691996 5350,000 550,000 50 SO Kaoffs of Palm Beach Kapnick Insurance Group kapnick.com KAPNICKSi m.o....uo.. COMMERCIAL AUTO NI CA 50 57 06 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM TRUCKERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. Who Is An Insured under COVERED AUTOS LIABILITY COVERAGE is amended to include as an "insured", any person or organization you are required to add as an additional insured on this policy under a written contract, agreement or permit which must be: a. currently in effect or becoming effective during the term of the policy; and b. executed prior to the "bodily injury" or"property damage." The insurance provided to this additional insured is limited as follows: 1. That person or organization is an additional insured only with respect to liability arising out of your operations performed for that additional insured as specified in the written contract, agreement or permit. 2. The limits of insurance applicable to the additional insured are those in written contract, agreement, permit or in the Declarations for this policy, whichever are less. These limits of insurance are inclusive of and not in addition to the Limit of Insurance for Liability Coverage shown in the Declarations. 3. Coverage is not provided for "bodily injury" or "property damage" arising out of the sole negligence of the additional insured. Any coverage provided hereunder will be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis unless a contract specifically requires that this insurance be primary. When this insurance is in excess, we will have no duty to defend the additional insured against any "suit" if any other insurer has a duty to defend the additional insured against that "suit." If no other insurer defends, we will undertake to do so, but we will be entitled to the additional insurer's rights against all those other insurers. All other terms and conditions of this policy remain unchanged. NI CA 50 57 06 14 Includes copyrighted material of Insurance Services Office, Inc. Page 1 of 1 with its permission. Copyright, Insurance Services Office, Inc. COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Where required by written contract or agreement provided such contract was executed prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage" occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above, completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III— Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization against whom you have agreed to waive your right of recovery in a written contract or agreement provided such contract was executed prior to the date of loss. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. InsuredPremium $0 Insurance Company Countersigned by Vanliner Insurance Company WC 00 03 13 (Ed.4-84) ©1983 National Council on Compensation Insurance. TOWING AND STORAGE SERVICES AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND BECKS TOWING & RECOVERY, INC. THIS AGREEMENT ("Agreement"), is entered into between the CITY OF BOYNTON BEACH, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Ave., Boynton Beach, FL 33435, hereinafter referred to as "CITY", and BECKS TOWING & RECOVERY, INC. a Florida Profit Corporation with a business address of 410 NE 5th Avenue, Boynton Beach, Florida 33435, hereinafter referred to as the "CONTRACTOR". In consideration of the mutual benefits, terms, and conditions hereinafter specified the Parties agree as set forth below. 1. PROJECT DESIGNATION. The CONTRACTOR is retained by the CITY to provide nonexclusive franchise rights for towing and storage services required by the City or through the Boynton Beach Police Department. 2. SCOPE OF SERVICES. CONTRACTOR agrees to perform the services required for Towing and Storage Services. The Towing and Storage Services are described in greater detail in RFP No. PD25-015, CONTRACTOR shall comply with the requirements and proposal scope of work and specifications as enumerated in Request for Proposal RFP 25-015R incorporated herein and CONTRACTOR'S Proposal, copies of which are attached hereto as Composite Exhibit A. In the event of a conflict between the RFP25-015R, this Agreement, and CONTRACTOR'S Proposal, this Agreement shall take precedence, then the RFP, and then the Proposal. 3. TIME FOR PERFORMANCE. Work under this Agreement shall commence upon the giving of written notice by the CITY to the CONTRACTOR to proceed. CONTRACTOR shall perform all services and provide all work product required pursuant to this Agreement. 4. TERM. The initial Agreement period shall be for an initial term of two (2) years, commencing on Mqy to , 2025 and shall remain in effect through May (o , 2027. The CITY reserves the right to renew the agreement for three (3) one-year renewals subject to CONTRACTOR acceptance, satisfactory performance as determined by the CITY, and determination by the CITY that renewal will be in the best interest of the CITY. 5. FEES, RATES, AND PAYMENT. CONTRACTOR shall remit the Administrative Fee established in Section 14.5-1 of the City Code of Ordinances to the City on a monthly basis and provide an accounting pursuant to the terms of the RFP. CONTRACTOR shall charge an amount not to exceed the rates set forth in the Schedule of Prices for all non-consent tows. which shall be the then-current maximum fees established by Palm Beach County as amended from time to time. CONTRACTOR is responsible for collecting non-consent tow fees before releasing the vehicle. The CONTRACTOR shall be paid by the CITY for completed work and for services rendered in accordance with the terms of the RFP. The Schedule of Prices is attached as Exhibit B to this Agreement, which shall be automatically amended each year when Palm Beach County updates its schedule of Maximum Towing Rates. Invoices and payments shall be processed in accordance with the following: A. Payment for the work provided by CONTRACTOR shall be made promptly on all invoices submitted to the CITY properly, provided that the total amount of payment to CONTRACTOR shall not exceed the total contract price without express written modification of the Agreement signed by the CITY Manager or designee. B. The CONTRACTOR may submit invoices to the CITY once per month during the progress of the work for partial payment. Such invoices will be checked by the CITY, and upon approval thereof, payment will be made to the CONTRACTOR in the amount approved. C Final payment of any balance due the CONTRACTOR of the total contract price earned will be made promptly upon its ascertainment and verification by the CITY after the completion of the work under this Agreement and its acceptance by the CITY. D. Payment as provided in this section by the CITY shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The CONTRACTOR'S records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the CITY and State for a period of five (5) years after the termination of the Agreement. Copies shall be made available upon request. F. All payments shall be governed by the Local Government Prompt Payment Act, as set forth in Part VII, Chapter 218, Florida Statutes. 6. ROTATION. The parties acknowledge that the CITY has awarded multiple towing and storage services contracts. Calls for service will be assigned on a per-type rotation basis. The three rotation types are Standard (which includes Class A & B), Heavy Tow (Class C & D), and Free/City Tow. The CITY will designate the starting CONTRACTOR for each rotation prior to the contract start date. When a single incident requires two rotation types, the CITY will call the appropriate contractor from each category to respond to their respective tow types. The CONTRACTOR shall respond and arrive at the requested location within thirty (30) minutes after notification with appropriate towing equipment to handle the towing call requested by any authorized representative of the CITY. If the assigned CONTRACTOR does not respond within 30 minutes, the CITY reserves the right to cancel the service request and assign it to the next contractor in the rotation. The non- responding CONTRACTOR will be considered to have received their turn in the rotation regardless of their failure to respond. Upon arrival at any accident scene for which a tow is requested, the CONTRACTOR's 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. If, in the CITY's sole discretion. CONTRACTOR lacks 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, whether under contract or not, to provide some or all of the equipment or services required for that specific incident. In such cases, the CONTRACTOR lacking the necessary equipment will be considered to have received their turn in the rotation. 7. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings. specifications and other materials produced by the CONTRACTOR in connection with the services rendered under this agreement shall be the property of the CITY whether the project for which they are made is executed or not. The CONTRACTOR shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with endeavors. 8. COMPLIANCE WITH LAWS. CONTRACTOR shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state of Florida, Palm Beach County, and City of Boynton Beach, ordinances and regulations that are applicable to the services to be rendered under this agreement, including but not limited to. the City's Towing Ordinance, the Palm Beach County Towing Ordinance, and Chapter 713, Florida Statutes 9. INDEMNIFICATION. A. The CONTRACTOR shall indemnify and hold harmless the CITY, its officers, employees, agents, and instrumentalities from any and all liability. losses, or damages, including attorneys' fees and costs of defense, which the CITY or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to and resulting from the performance of this Agreement by the CONTRACTOR, its employees, agents, partners, principals or subcontractors. The CONTRACTOR shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the CITY, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys' fees which may issue thereon. Neither party to this Agreement shall be liable to any third party claiming directly or through the other respective party, for any special, incidental, indirect, or consequential damages of any kind, including but not limited to lost profits or use that may result from this Agreement or out of the services or goods furnished hereunder. B. The parties understand and agree that the covenants and representations relating to this indemnification provision shall survive the term of this Agreement and continue in full force and effect as to the party's responsibility to indemnify. C. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or§768.28, Fla. Stat.. as may be amended from time to time. 10. INSURANCE A. During the performance of the services under this Agreement, CONTRACTOR shall maintain the following insurance policies and provide originals or certified copies of all policies to CITY's Risk Manager. All policies shall be written by an insurance company authorized to do business in Florida. CONTRACTOR shall be required to obtain all applicable insurance coverage, as indicated below, prior to commencing any service pursuant to this Agreement: i. Worker's Compensation Insurance: The CONTRACTOR shall procure and maintain for the life of this Agreement, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any subcontractor that does not have their own Worker's Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. ii. Comprehensive General Liability: The CONTRACTOR shall procure and maintain for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent consultants, Products-Completed Operations and Contractual Liability with specific reference to Article 8, "Indemnification" of this Agreement. This policy shall provide coverage for death, personal injury, or property damage that could arise directly or indirectly from the performance of this Agreement. CONTRACTOR shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty(30) days prior written notice to the CITY. iii. Business Automobile Liability: The CONTRACTOR shall procure and maintain, for the life of this Agreement, Business Automobile Liability Insurance. The CONTRACTOR shall maintain a minimum amount of $1,000,000 combined single limit for bodily injury and property damage liability to protect the CONTRACTOR from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non-owned automobile, included rented automobiles, whether such operations be by the CONTRACTOR or by anyone directly or indirectly employed by the CONTRACTOR. --. - _ _ •- . - . ` e .. -- - •• III III per occurrence. v. Garage Keepers Liability Insurance: The CONTRACTOR shall procure and maintain for the life of this Agreement, Garage Keepers Insurance in an amount no less than $1,000,000.00. Such coverage shall provide for the following perils: fire, theft, vandalism, and collision. vi. Umbrella/Excess Liability Insurance: in the amount of $1,000,000.00 as determined appropriate by the CITY depending on the type of job and exposures contemplated. Coverage must follow form of the General Liability, Auto Liability and Employer's Liability. This coverage shall be maintained for a period of no less than the later of three (3) years after the delivery of goods/services or final payment pursuant to the Agreement. B. CONTRACTOR shall provide the CITY with all Certificates of Insurance required under this section prior to beginning performance under this Agreement. Failure to maintain the required insurance will be considered a default of the Agreement. C. The CITY shall be named as an additional insured. The coverage shall contain no limitations on the scope of protection afforded the CITY, its officers, officials. employees or volunteers. A current valid insurance policy meeting the requirements herein identified shall be maintained during the duration of this Agreement and shall be endorsed to state that coverage shall not be suspended, voided or cancelled by either party, reduced in coverage in limits except after thirty (30) days prior written notice by either certified mail, return receipt requested, has been given to the CITY. D. The CITY reserves the right to reasonably require any additional insurance coverage or increased limits as determined necessary by the Director of Human Resources and Risk Management. The CITY reserves the right to review, modify, reject, or accept any required policies of insurance, including limits, coverage, or endorsements throughout the term of the Agreement. 11. INDEPENDENT CONTRACTOR. The CONTRACTOR and the CITY agree that the CONTRACTOR is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither CONTRACTOR nor any employee of CONTRACTOR shall be entitled to any benefits accorded CITY employees by virtue of the services provided under this Agreement. The CITY shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONTRACTOR, or any employee of CONTRACTOR. 12. COVENANT AGAINST CONTINGENT FEES. The CONTRACTOR warrants that he has not employed or retained any company or person. other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONTRACTOR any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the CITY shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 13. DISCRIMINATION PROHIBITED. The CONTRACTOR, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 14. ASSIGNMENT. The CONTRACTOR shall not sublet or assign any of the services covered by this Agreement without the express written consent of the CITY. 15. NON-WAIVER. Waiver by the CITY of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 16. TERMINATION. A. Termination for Convenience. This Agreement may be terminated by the CITY for convenience, upon thirty (30) days of written notice by the terminating party to the other party for such termination in which event the CONTRACTOR shall be paid its compensation for services performed to the termination date, including services reasonably related to termination. In the event that the CONTRACTOR abandons the Agreement or causes it to be terminated. the CONTRACTOR shall indemnify the CITY against loss pertaining to this termination. B. Termination for Cause. In addition to all other remedies available to CITY, this Agreement shall be subject to cancellation by CITY for cause, should CONTRACTOR 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 CONTRACTOR of written notice of such neglect or failure. 17 DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction exclusively in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 18. NOTICES. Notices to the CITY shall be sent to the following address: Daniel Dugger, City Manager City of Boynton Beach 100 E. Ocean Avenue Boynton Beach, FL 33435 Notices to CONTRACTOR shall be sent to the following address: ATTN: Stephanie Beck Address: 410 NE 5th Avenue Boynton Beach, Florida 33435 Phone: 561-369-1096 Email: beckstowing@aol.com 19. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations. or agreements written or oral. This agreement may be amended only by written instrument signed by both CITY and CONTRACTOR. 20. PUBLIC RECORDS. The CITY is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the CONTRACTOR shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY 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 chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, CONTRACTOR shall destroy all copies of such confidential and exempt records remaining in its possession once the CONTRACTOR transfers the records in its possession to the CITY; and D. Upon completion of the contract, CONTRACOTR shall transfer to the CITY, at no cost to the CITY, all public records in CONTRACTOR possession. All records stored electronically by CONTRACTOR 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. 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: CITY CLERK 100 E. OCEAN AVE. BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CITYCLERK@BBFL.US 21. SCRUTINIZED COMPANIES. By execution of this Agreement, CONTRACTOR certifies that CONTRACTOR-is not participating in a boycott of Israel. CONTRACTOR further certifies that CONTRACOTR 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. 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. 22. E-VERIFY. CONTRACTOR certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statutes, as may be amended from time to time and briefly described herein below. A. Definitions for this Section: i. "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. ii. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. iii. "E-Verify system" means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. B. Registration Requirement; Termination. Pursuant to Section 448.095, Florida Statutes, effective January 1. 2021, Contractors. shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: i. All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; ii. All persons (including sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the CITY of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the CITY of Boynton Beach; and iii. The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. 23. MISCELLANEOUS. A. No assignment by a party hereto of any rights under or interests in this Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. B. CITY and CONTRACTOR each bind itself, their partners, successors, assigns and legal representatives to the other party hereto, their partners, successors, assigns and legal representatives in respect of all covenants. agreements and obligations contained in this Agreement. C. In the event that either party brings suit for enforcement of this Agreement, each party shall bear its own attorney's fees and court costs, except as otherwise provided under the indemnification provisions set forth herein above. D. Prior to final payment of the amount due under the terms of this Agreement, to the extent permitted by law, a final waiver of lien shall be required to be submitted by the CONTRACTOR as well as all suppliers and subcontractors whom worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by CONTRACTOR shall release CITY from all claims of liability by CONTRACTOR—in connection with this Agreement. E. At all times during the performance of this Agreement, CONTRACTOR shall protect CITY's property from all damage whatsoever on account of the work being carried on under this Agreement. F. It shall be the CONTRACTOR'S responsibility to be aware of and comply with all statutes, ordinances, rules, orders, regulations, and requirements of all local, city, state, and federal agencies as applicable. G. This Agreement represents the entire and integrated agreement between CITY and CONTRACTOR and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement is intended by the parties hereto to be the final expression of this Agreement, and it constitutes the full and entire understanding between the parties with respect to the subject hereof, notwithstanding any representations, statements, or agreements to the contrary heretofore made. In the event of a conflict between this Agreement, the solicitation, and the CONTRACTOR'S bid proposal, this Agreement shall govern then, the solicitation, and then the bid proposal. This Agreement may be amended only by written instrument signed by both CITY and CONTRACTOR- H. This Agreement will take effect on the Effective Date. This Agreement may be executed by hand or electronically in multiple originals or counterparts, each of which shall be deemed to be an original and together shall constitute one and the same agreement. Execution and delivery of this Agreement by the Parties shall be legally binding, valid and effective upon delivery of the executed documents to the other party through facsimile transmission, email, or other electronic delivery. 24. SOVEREIGN IMMUNITY. Nothing contained herein is intended to serve as a waiver of sovereign immunity by the CITY or as a waiver of limits of liability or rights the CITY may have under the doctrine of sovereign immunity or under Section 768.28, Florida Statutes. 25. TRUTH-IN-NEGOTIATION CERTIFICATE. A. Execution of this Agreement by the CONTRACTOR shall act as the execution of a truth-in- negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement is accurate, complete, and current as of the date of the Agreement and no higher than those charged to the CONTRACTOR'S most favored customer for the same or substantially similar service. B. The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete, or non-current wage rates or due to inaccurate representations of fees paid to outside CONTRACTORS. The CITY shall exercise its rights under this "Certificate" within one (1) year following payment. 26. ENTITIES OF FOREIGN CONCERN. CONTRACTOR will have access to an individual's personal identifying information under this Agreement. CONTRACTOR represents and certifies: (i) CONTRACTOR is not owned by the government of a foreign country of concern; (ii)the government of a foreign country of concern does not have a controlling interest in CONTRACTOR; and (iii) CONTRACTOR is not organized under the laws of and does not have its principal place of business in, a foreign country of concern. Prior to CONTRACTOR and any subcontractor having access to personal identifying information pursuant to this Agreement, CONTRACTOR and any subcontractor shall submit to City executed affidavit(s) under penalty of perjury, in a form approved by City attesting that the entity does not meet any of the criteria in Section 287.138(2), Florida Statutes. Compliance with the requirements of this section is included in the requirements of a proper invoice. Terms used in this section that are not otherwise defined in this Agreement shall have the meanings ascribed to such terms in Section 287.138, Florida Statutes. 27. ANTI-HUMAN TRAFFICKING. On or before the Effective Date of this Agreement, CONTRACTOR shall provide CITY with an affidavit attesting that the CONTRACTOR does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. 28. PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING -- F.S. 287.05701. CONTRACTOR is hereby notified of the provisions of section 287.05701, Florida Statutes, as amended. that the CITY will not request documentation of or consider CONTRACTOR's social, political, or ideological interests when determining if the CONTRACTOR is a responsible CONTRACTOR. CONTRACTOR is further notified that the CITY's governing body may not give preference to a CONTRACTOR based on the CONTRACTOR's social, political, or ideological interests. "This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts, whether signed physically or electronically, which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes." IN WITNESS OF THE FOREGOING, the Parties have set their hands and seals the day and year written below. CITY OF BOYNTON BEACH BECKS TOWING & RECOVERY, INC. Rebecca Shelton, Mayor Signature of Authorized Official Stephanie Beck Name of Authorized Official Vice President Title Approved as to Form: Date (Corporate Seal) Attest/Authenticated: Shawna Lamb, City Attorney Witness Date CONTRACTOR is hereby notified of the provisions of section 287.05701, Florida Statutes, as amended, that the CITY will not request documentation of or consider CONTRACTOR's social, political, or ideological interests when determining if the CONTRACTOR is a responsible CONTRACTOR. CONTRACTOR is further notified that the CITY's governing body may not give preference to a CONTRACTOR based on the CONTRACTOR's social, political, or ideological interests. "This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts, whether signed physically or electronically, which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes." IN WITNESS OF THE FOREGOING, the Parties have set their hands and seals the day and year written below. CITY IF :OYNTON BEACH B•KS TOWING & RECOVERY, INC. ;) . Attutho4 Re.ecca Shelton, Mayor Signature of A rized Official Stephanie Beck Name of Authorized Official Vice President Title /�Approved as to Form: `'i ' 2-6 Date (Corporate Seal) Attest/Authenticated: A/AjA6 46 Shawna Lamb, City Attorney flq ,Q ( a Witness Date j Attest/Att1i enticated: Eir /�.. l �.• Maylee 9 eJ•..us, City Clerk di, 6' t2va CORPORATE ACKNOWLEDGEMENT STATE OF Tcw- 1 COUNTY OF Gk_c,h ) The foregoing instrument was acknowledged before me by means of❑ physical presence or :__ online notarization, this 1\t' day of R'v l , 20,A by c-e C• _C-r-on behalf of �CKS 1(,w shy wv3 a . He/she i ersonally4nown to me or has produced 'F` D as identification. C2 C • . ./ PUBLIC BRANDI COOK I MY COMMISSION#HH 489786 F••-••o°: EXPIRES:June 6 202R • or Stamped) Title or Rank Serial number, if any EXHIBIT A PD25-015 - Towing and Storage Services Opening Date: November 6, 2024 12:00 PM Closing Date: December 6, 2024 2:30 PM Vendor Details Company Name. BECK'S TOWING&RECOVERY INC. 410 NE 5th Ave Address: Boynton Beach, FL 33435-3872 Contact: STEPHANIE BECK Email: beckstowing@aol.com Phone: 561-369-1096 Fax: 561-369-1096 HST#: 65-0653585 Submission Details Created On. Monday November 25,2024 09:30:12 Submitted On: Wednesday December 04,2024 13:01:48 Submitted By: STEPHANIE BECK Email: beckstowing@aol.com Transaction#: 1 d 15efb8-90c0-452f-83c7-afd 1 f70a549d Submitter's IP Address 32.140.171.182 Bid Number: PD25-015 Vendor Name: BECK'S TOWING & RECOVERY INC. Confirmation of Minority Owned Business A requested form to be made a part of our files for future use and information Please fill out and indicate in the appropriate spaces provided which category best describes your company.Return this form to make it an official part of with your Proposal responses Description Response' Comments Is your company a Minonty Owned business? No Please select the appropriate response Not Applicable Do you possess a certification qualifying your business as a Minority No Owned business? Issuing organization name Input response in comments box to the right na • Date of Issuance Input response in comments box to the right na • Letter of Interest The Letter of Interest shall summarizes the Bidder's primary qualifications and a firm commitment to provide the proposed services. Line Description Response• nem 1 The Letter of Interest shall summarizes the Proposers primary Beck's has been in the towing industry since 1995.We are a family-owned&operated,as well as own our property qualifications and a firm commitment to provide the proposed services. inside the City of Boynton Beach.We currently own(not leased) all of trucks&property. We have been towing for many local police depts including Boynton Beach since 1998. Drivers are skilled in at aspects of towing&recovery.All police calls are taken with a 30-minute response time but genuinely are around 15/20 minutes since we are located in the heart of Boynton Our main facility holds 1001 vehicles outside&9 vehicles inside.Our other storage lot located at 1500 SW 30th Ave, Bay#8, Boynton Beach can hold 9 vehicles inside as well. We pride ourselves on the fact that we have zero complaints,litigations,or damage claims Local Business Status Certification I am an authorized representative of the business and,on behalf of the Business.request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program Answering yes to Question 1 and Question 2 below will qualify the business as a local business In support of this request,I certify the following to be true and correct: I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list.I also agree that the business is required to notify the City in writing should it cease to qualify as a local business. By checking the box that you are not submitting for"Local Business Status Certification"you declare that you are not a local business in the City of Boynton Beach. r We will not be submitting for Local Business Status Certification Is the business Das the business have a business located within the City tax receipt issued in the current Is the business registered with the Number of years in business• Business license number' limits of Boynton year?, Florida Division of Corporations?' Beach,Florida?' iv Yes r'Yes r. Yes 29 CITY OF BOYNTON BTR#25-00016528& r No r No r No BTR#25-00054347 PB COUNTY BTR#2020130783 &BTR#200323474 Bid Number: PD25-015 Vendor Name: BECK'S TOWING & RECOVERY INC. Technical Proposal-Item A-COMPANY ORGANIZATION/EXPERIENCE Complete the Technical Proposal-Item A-Company Organization/Experience Detail your response.Attachments may be submitted to further detail of your response and are to be labeled accordingly. Technical Proposal-Item A Response' State the true,exact,correct and complete name of the partnership,corporation, Beck's Towing&Recovery.Inc. trade or fictitious name under which you do business and the address of the place of business The correct name of the Proposer is: The address of the principal place of business is. 410 NE 5th Ave,Boynton Beach,FL,33435 Number of years the organization has been in business under the present business 29 name The minimum requirement is three(3)years Number of years the organization's business type has been in business with current 29 ownership Number of Years Palm Beach County Operating Permit has been in place Detail 29 each year State the name of the individual who will have personal supervision/responsibility of STEPHANIE BECK the City of Boynton Beach account. Under what other former names has your organization operated? N/A Detail any Professional Recognition/Awards received by the organization during the N/A past five years.Copies to be attached. Detail it organization has currently in place an ongoing training/safety program Drivers attend weekly safety&truck checks.Training is monthly. Copy of program manual table of contents to be attached as a minimum. Describe any litigation,arbitration,mediation or other proceeding whereby,during the N/A past seven years.a court or any administrative agency has ruled against the firm in any manner related to its towing/storage activities. Include outcome and amount of settlement. Detail any Palm Beach County Consumer Affair Cases and Palm Beach County N/A Citations dunng the past seven years. Include outcome and amount of settlement. Describe any current or pending litigation N/A Describe any pending inquires not resolved with Palm Beach County Consumer N/A Affairs,Towing Jurisdiction. Proposer to make a statement if they have ever had a contract terminated for N/A cause and detail date,entity/name of company dunng the past seven(7)years. Applies to Public contracts only If Proposer is a Corporation,answer the following. INCORPORATED IN 1995 Dale of Incorporation FLORIDA State of Incorporation PRES STEVEN E BECK President's Name VP:STEPHANIE BECK Vice President's Name REG AGENT'STEPHANIE BECK Secretary's Name 410 NE 5TH AVE,BOYNTON BEACH,FL 33435 Treasurer's Name Name and address of Registered Agent If the Proposer is an Individual or Partnership,answer the following. Date of N/A Incorporation State of Incorporation President's Name Vice President's Name Secretary's Name Treasurer's Name Name and address of Registered Agent If Proposer is other than an Indivdual.Corporation, or Partnership,describe the N/A organization type and give the name and address of the principals. If Proposer is operating under a fictitious name,state such here and submit N/A evidence of compliance with the Florida Fictitious Name Statute with the proposal. Identify if Proposer has any interest in automotive or truck repair.paint and body. Beck's does not have any interest in automotive or truck repair, paint and body,salvage,junkyard,or recycling salvage,junkyard,or recycling businesses,and shall acknowledge and list the businesses, specifics. IF NO,IDENTIFY AS SUCH. Describe and provide professional memberships to relevant nationaUstale/local Professional Wrecker Operators of Florida associations Summarize the quality of the firm's support personnel and continuity of staff Identify Dnvers have a combined expenence of 69 years. each employee that is either part of the management team,administrative staff,or Donald Melvin-class A CDL,forklift certified,certified driver recovery for all Class A,B,C,D.accident mgmt.control, driver/operator and provide the appropriate information for each that applies. preventative maintenance mgr.,Rollover recovery,29 years of towing experience with 25 years 6 Beck's Merrick Mitchell-Class A COL,forklift certified,lockout specialist.wheel Idt&dollie specialist,certified for all towing class A,B,C,D.5 years of towing expenence with 3 years(Q2 Beck's. Kyle Gruler-driver Class A&B 10 years of expenence with 8 years Beck's. Stephanie Beck-VP Excel,Word, PowerPoint&QuickBooks proficienl,30 years of dispatch expenence,20 years of office manger experience,29 years of employment QBeck's Sherie Stark-dispatcher Excel,Word, PowerPoint&QuickBooks proficient,5 years of dispatch experience. 10 years of office manager experience,5 years of employment igi)Beck's Ken Sons-dispatcher,Word&Excel proficient, 1 year of employment t@ Beck's Detail your office location address and hours of operation. 410 NE 5th Ave. Boynton Beach,Fl 33435 Monday-Friday 8am-6pm Bid Number: PD25-015 Vendor Name: BECK'S TOWING & RECOVERY INC. Technical Proposal-Item B-QUALIFICATIONS AND EXPERIENCE OF INDIVIDUALS Complete the Technical Proposal-Item B-QUALIFICATIONS AND EXPERIENCE OF INDIVIDUALS Attachments may be submitted to further detail your response and should be labeled accordingly INDIVIDUAL QUALIFICATIONS/EXPERIENCE SUMMARY Identify each employee that is either part of the management team,administrative staff,or driver/operator and submit the appropriate information for each that applies. Supporting documentation is to be submitted as noted. Note:Upon request,the City may require driver's license numbers Management-Yes P Total Yeas of Name of Employee' Title/Position in Organization' Type of Work Performed• Years of Experience with Experience in Towing For Drivers/Operators Only-Identity or No ' the Organization. Industry Drivers License Type • Stephanie Beck a Yes VP Dispatching/call taking 29 29 n/a r No Driver manager Accounts payable/receivable Recovery supervisor Liaison for all accounts Impound lot inventory Sherie Stark r.Yes Office manager Accounts payable/Receiving 5 5 Na r No Dispatching/call taking Ken Sons r Yes Dispatcher Dispatching/call taking 1 1 Na r:No Donald Melvin r Yes Dover Flatbed/wheel lift driver 29 25 Class A CDL a No Forklift certified Rollover recovery Med/heavy-duty driver accident mgmtcontrol preventative maintenance mgr Memck Mitchell Jr r Yes Driver Flatbed/wheel lift driver 3 5 Class A CDL In No Forklift certified Rollover recovery Medrheavy duty dnver Lockout specialist Jarred Stante r Yes Driver Flatbed/wheel lift driver 25 20 Class A CDL n No Forklift certified Rollover recovery Med/heavy-duty driver accident mgmt.control Kyle Gruler r Yes Driver Flatbed/wheel lift driver 10 8 Class E or No Forklift certified Rollover recovery Na r Yes Na Na 0 0 Na 0 No Na r Yes Na Na 0 0 Na a No Na r Yes Na Na 0 0 Na r. No Technical Proposal-Item C-EQUIPMENT Complete the Technical Proposal-Item C-EQUIPMENT Attachments may be submitted to further detail your response and should be labeled accordingly Identify Equipment to verify the minimum equipment requirements are met and any additional equipment that is available in excess of the minimum requirements. The equipment listed shall not be subcontracted All wrecker equipment listed shall have a current Palm Beach County Permit Decal at the time of RFP submittal to be considered Note: Lowboy per minimum equipment eligibility requirement(Last Date Inspected by Palm Beach County column)please enter N/A and(Palm Beach County Decal#column)please enter Not Applicable. Heavy Duty Truck Dollies(Last Date Inspected by Palm Beach County column)please enter NIA and(Palm Beach County Decal#column)please enter Not Applicable. Motorcycle Trailer(Last Date Inspected by Palm Beach County)please enter N/A and(Palm Beach County Decal#column)please enter Not Applicable. Vehicle Type(Type shall be as Last Date Inspected by classified by Palm Beach County Description' VIN Number' Make/Model' Year' Palm Beach County Palm Beach County Decal I Inspection) Class A CLASS A WHEEL LIFT 8 DOLLIES 1FDUF5GT8GECA75 Ford F-550 super duty 2016 10/2024 25-060 32 Class A CLASS B/C WRECKER 2NKHHN7X3CM3253 KENWORTH 2012 10/2024 25-062 10 Class A CLASS B FLATBED 5PVNJ8JN9G4S5245 HINO 2016 10/2024 25.063 6 Class A CLASS B FLATBED 1HTEUMML6NH5956 INTERNATIONAL 2022 10/2024 25-059 47 Class B CLASS B FLATBED 3HAEUMML6NH5956 INTERNATIONAL 2023 10/2024 25-058 47 Class B CLASS B FLATBED 5PVNJ7BS8P5T5019 HIND 2023 10/2024 25-057 2 Class C Na Na Na Na Na NOT APPLICABLE Class C CLASS 0 WRECKER 5KKXAC0063PL895 WESTERN STAR 2003 10/2024 25-061 39 Lowboy per minimum equipment JOINT LEASE UPON APPROVAL JOINT LEASE JOINT LEASE UPON JOINT LEASE JOINT LEASE UPON JOINT LEASE UPON APPROVAL eligibility requirement UPON APPROVAL APPROVAL UPON APPROVAL APPROVAL Heavy Duly Truck Dollies N/A n/a Ne Na Na NOT APPLICABLE Motorcycle Trailer N/A Na Na Na Na NOT APPLICABLE Bid Number: PD25-015 Vendor Name: BECK'S TOWING & RECOVERY INC. Technical Proposal-Item C-EQUIPMENT-Additional Wrecker Vehicle Equipment Complete the Technical Proposal-Item C-EQUIPMENT-Additional Wrecker Vehicle Equipment Attachments may be submitted to further detail your response and should be labeled accordingly. Identify Equipment to verify the minimum equipment requirements are met and any additional equipment that is available in excess of the minimum requirements. The equipment listed shall not be subcontracted. All wrecker equipment listed shall have a current Palm Beach County Permit Decal at the time of RFP submittal to be considered Additional Wrecker Vehicle Last Date Inspected by Equipment(Identify Class for Description VIN Number Make/Model Year palm Beach County Palm Beach County Decal if each or state other) Technical Proposal-Item C-EQUIPMENT-Detail Your Vehicle Maintenance Plan Complete the Technical Proposal-Item C-Detail Your Vehicle Maintenance Plan Detail Vehicle Plan Plan Detail' Detail Your Vehicle Maintenance Plan Vehicle maintenance is checked dally. Detail Your Vehicle Replacement Plan Trucks are replaced on a need basis. Usually,every 10 years if not sooner. Technical Proposal-Item D-AGENCIES FOR POLICE DIRECTED TOWS Complete the Technical Proposal-Item D-Agencies for Police Directed Tows Experience must be within the past five(5)years to be considered. Contract Award Dates-Start Date& Name of Public Entity/Sheriff Contact Person' Phone Number' Title' End Date or Start&Currently under Is this a Rotation Award?Yes or No' Agency' Contract' PBSO ENFORCEABLE WRITS AL CINQUE 561-644-6697 ENF WRITS DEPT JANUARY 2005 r Yes CURRENT CONTRACT a No LANTANA POLICE DEPT SEAN SCHELLER 561-540-5710 CHIEF MAY 2004 C Yes CURRENT CONTRACT a No PBSO MARVIN HUBERT 561-601-9795 TOWING JUNE 1996 a Yes COORDINATOR CURRENT CONTRACT r No N/A WA N/A N/A N/A r Yes a No N/A N/A N/A WA WA r Yes a No N/A N/A N/A N/A N/A r Yes a No WA N/A N/A N/A N/A r Yes a No WA WA N/A N/A N/A r Yes a No WA N/A WA N/A N/A r Yes a No WA N/A WA N/A N/A r Yes a No Technical Proposal-Item E-RECORD KEEPING AND REPORTING Complete the Technical Proposal-Item E-RECORD KEEPING AND REPORTING Attachments may be submitted to further detail your response and should be labeled accordingly. Detailed summary of the Company's record keeping and reporting. Record Keeping&Reporting Response' Detailed Summary of the Company's Record Keeping and Reporting With our dispatch program we can: 1 Accurately pinpoint our customers'locations with geolocation links sent via text message. No need to ask for landmarks,crossroads,or mile markers 2 Reduce dispatch time with auto-recommended operator assignments based on proximity to the next job 3 Document and preserve vehicle photographs on the job details to protect your business or provide to customer insurance companies 4 Records are stored in our database that go back to the beginning of 2000 (when things went digital)Reports range from accounting,sales by driver, revenue. impound lot inventory,lien/sale notices.sales by account,etc. Bid Number: PD25-015 Vendor Name' BECK'S TOWING & RECOVERY INC. Technical Proposal-Item F-TECHNICAL APPROACH Complete the Technical Proposal-Item F-TECHNICAL APPROACH Attachments may be submitted to further detail your response and should be labeled accordingly Provide detailed response for the Technical Proposal-Item F-Technical Approach Item F-Technical Approach (Detailed Response• Descrte the range of lowing and related services performed by your firm and your rtplementabon pan for this contract Beck's utirzes a dispatch program caled Dispatch Anywhere by Traxero that is This sectron must address dispatch,dean-up,workng with the officer at the scene,and any internal procedures that are intemel-based.This program slows for real-time cal logging and quick necessary to provide quality assurance with the requirements of the contraildispatching to the driver of the call.AN police ETA's are within 30 minutes. Each tow truck Is equipped with GPS tracking.Upon arriving on the scene, the dnver will meet with the officer to ensure the safest 8 quickest way to clear the scene.Al drivers are trainee in acodent management(dean-up. proper loading of vehicles 8 safety per DOT regulations).Any issues or complaints are handled internally 8 swiftly We currently provide a 24/7 operation No additional staff is required. Beck's runs a full office staff for the tours of operation that are mandated by the Palm Beach County Towing Ordnance After-hours dispatch is answered by Stephanie Bedc,24/7 Monday through Friday Weekend dispatch is answered by either a driver, Ken Sons,or Sherie Stark. Communrabon is implemented by a computer-based program directly used by al Beck's d.spatders&driven Describe your ability to have available staff 24/7 to adhere to the requirements of the contract or if you wil need to hire We currently provide a 24/7 operation No additional staff is required. additional staff in the event that you are awarded the contrail. Describe your cormxlnicabon systems and ability to adhere to the minimum qualficabon requirements of 24.7 telephone Dnvers all utilize an app called dispatch anywhere that is connected to our ranter answered by an individual employed by the Contractor and have two-way radio communication horn Contractors main system that automatically dispatches cal once call taker inputs base station to their service trucks Detail phone number to be used for 24/7 service/dispatch 581-369-1098 MAIN LINE 581-400-3220 BACKUP LINE References Provide a list of three(3)Florida public agencies references for similar towing and storage services for which the Proposer has completed or are in progress within the last ten(10)years with the following information:1)Name of Agency,2)Name of Project.3)Address and 4)Contact Name,Email Address,and Telephone Number. The City is interested in learning of other firms'or government agencies'experiences with your firm;as such,please do not list the City of Boynton as a reference. Contact Persons must be informed that they are being used as.s reference and that the City or their designee will be contacting them for information.Selection Committee Members or designee will •mall or call each reference up to three 13)times. If there is no answer after the third attempt.the City may apply no Points for that project experience Note the City will not attempt to correct any oldie supplied contact information itis the responsibility of theProposer to supply correct.ieference contact information Description Refei acs 1-Completed or In Progress' Reference 2-Completed or In Progress• References-Completed or In Progress• Name of Agency PESO-ENFORCEABLE WRITS LANTANA POLICE DEPT P8SO Name of ContradlPrgsu NA NA NA Contract/Project Dates CURRENT CONTRACT SINCE JAN.2005 CURRENT CONTRACT SINCE MAY 2001 CURRENT CONTRACT SINCE JUNE 1998 Address 205 N Dixie Highway,Room 1.1100 901 N 8TH ST 3228 GUN CLUB RD,WEST PALM BEACH,FL 33408 Juvenile Wilding/Enforceable Wilts LANTANA,FL 33482 Vest Palm Beech.FL33406 Name of Contact AL CINQUE SEAN SCHELLER MARVIN HUBERT Email Address NA NA HUBERTM©PBSO ORG Telephone Nianber 581-644-6697 561-540-5710 561-801-9795 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 lest of Subcontractors. Schedule of Sub-Consultants The Undersigned Respondent proposes the following major subcontractors for the major areas of work for the Project.The Respondent is further notified that all sub-contractors shall be properly licensed.bondable and shall be required to furnish the City with a Certificate of Insurance in accordance with the contract general conditions-This page may be reproduced for listing additional sub- contractors,if required.If not applicable or if no-subconsultants will be used in the performance of this Work,write"Not-Applicable-or-NONE"across the form. line Name of Sub-Consultant• Address of Sub-Consultant- License No.• Contract Amount• Peroentage(%)of Contract Kerr) 1 NA NA NA NA NA 2 NA NA NA NA NA 3 NA NA NA NA i NA 4 NA NA NA NA NA Documents Ensure your submission document(s)conforms to the following. Documents should NOT have a security password,as City of Boynton Beach may not be able to open the file.It is your sole responsibility to ensure that the uploaded document(s)are not either defective,corrupted or blank and that the documents can be opened and viewed by City of Boynton Beach. If you need to upload more than one(1)document for a single item,you should combine the documents into one zipped file.If the zipped file contains more than one(1)document, ensure each document is named,in relation to the submission format item responding to.For example.if responding to the Marketing Plan category save the document as'Marketing Plan' If the attached file(s)cannot be opened or viewed.your Bid Call Document may be rejected. Bid Number PD25-015 Vendor Name: BECK'S TOWING & RECOVERY INC. DOCUMENTS THAT MUST ACCOMPANY PROPOSAL IN ORDER FOR SUBMITTAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE • Proposers Qualification Statement.and W-9-Img20241127_15185422.pdf-Wednesday November 27,2024 15:22:12 • Anti-Kickback Affidavit-img20241127_15231521.pdf-Wednesday November 27,2024 15.24:13 • Non-Collusion Affidavit of Proposer-img20241127_15252993.pdf-Wednesday November 27,2024 15.26:00 • Certification Pursuant to Florida Statute§287.135 img20241127_15272452.pdf-Wednesday November 27,2024 15'27:56 • Florida Professional Licenses.including evidence of required licenses and business permits.Operating Permits-img20241127 16115011 pdf-Wednesday November 27,2024 16:13:21 • E-Verify Form Under Section§448.095 Florida Statutes-Img20241127_15291676.pdf-Wednesday November 27,2024 15:30:05 • Affidavit of Compliance with Foreign Entity Laws&Affidavit of Compliance with Anti-Human Trafficking Laws-img20241127_15490341.pdf-Wednesday November 27,2024 15:50.13 • Eauioment Requirements&Storage Requirements-img20241127_16071354.pdf-Wednesday November 27,2024 16.08:03 • Technical Proposal-Item E-Record Keening and Reporting Samples-img20241127 15563185 pdf-Wednesday November 27,2024 15:57.33 • Proof of Ownership or Lease Agreement-img20241127_15532546.pdf-Wednesday November 27,2024 15.54:19 • Additional Document-img20241127_15592609 pdf-Wednesday November 27.2024 16.01:25 Bid Number. PD25-015 Vendor Name: BECK'S TOWING & RECOVERY INC. Addenda&Declarations SPECIAL TERMS AND CONDITIONS BACKGROUND. The City of Boynton Beach serves an area of approximately 16.5 square miles with a population of approximately 80,000. The City provides services to its citizens in many areas,such as law enforcement,emergency medical services,fire control,water and sewer,library services,refuse collection,a municipal golf course,and various park sites and recreational services. The City was incorporated in 1920 and has operated under a Commission-Manager form of government(the City employs some 844 full-time and 41 part-time employees;it had total assets of almost$589 million and revenues of over$232 million for the fiscal year that ended September 30,2023. PURPOSE• The City of Boynton Beach is seeking proposals from qualified firms with substantial experience and capabilities to provide towing,storage,and disposal of abandoned,unregistered,and junked vehicles,trailers,and boats at the request of the City Police Department,Code Enforcement Department,Parks&Recreation Department.or other City Department(s)as may be designated by the City from time to time Pursuant to Florida Statute Section 715.07,any vehicle or vessel towed or removed from the City of Boynton Beach must be stored at a site within ten(10)mile radius of the point of removal.The City intends to contract only with qualified firms with storage sites located within Palm Beach County and within ten(10)miles of the City police jurisdiction.Other due to statutory and jurisdictional restrictions. Palm Beach County Towing Rates. See Exhibit A for current Palm Beach County Maximum Non-Consent Towing&Immobilization Rates that are applicable to this RFP and awarded Contractor The City and awarded Contractor shall remain consistent with the Palm Beach County Towing Rates,which may be amended from time to time Firms to be considered for this Request for Proposal must have a base of operation and auto storage facility located within the City's Police Jurisdiction and must provide proof of ownership or lease agreement for the storage facilities with the proposal response The storage facility and base of operation must be in Palm Beach County Disposal of vehicles shall be in accordance with all applicable Environmental,Federal,State,and local laws,regulations,statutes,and ordinances.Storage of vehicles shall be in accordance with all Department of Motor Vehicles rules and regulations,as outlined in the Florida Statutes,regarding storage or impound of vehicles and/or abandoned vehicles on any street,highway,public or private property Contractor has carefully examined the specifications and is thoroughly familiar with its provisions and with the quality,type,and grade of service required. Contractor proposes to deliver the service in accordance with the specifications for "TOWING AND STORAGE SERVICES" Palm Beach County Towing Rates: See Exhibit"C"for the current Palm Beach County Maximum Non-Consent Towing and Immobilization Rates that are applicable to this RFP and awarded Contractor.The City and awarded Contractor shall remain consistent with the Palm Beach County Towing Rates,which may be amended from time-to-time. ELIGIBILITY REQUIREMENTS/QUALIFICATIONS; Proposals will be considered from qualified firms or individuals whose experience includes successful work on similar projects.Also,the firm must have a sufficient number of qualified staff in the applicable disciplines to complete the work in the time required and in accordance with State of Florida statutes and standards,if applicable Contractor shall meet or exceed the requirements identified herein in order to be considered for evaluation by the City of Boynton Beach.Failure to meet any of the requirements will result in the RFP response being considered non-responsive and will not be considered. Contractor must be regularly engaged in the towing business and shall have operated under the name used for this proposal for a minimum of three(3)years and shall have obtained an operating permit from Palm Beach County for a minimum of one year.One-year time frame shall be calculated from RFP closing date.Business interests in automotive/truck repairs,paint and body,salvage, junkyard,or recycling business must be disclosed Contractor is responsible for meeting the minimum eligibility requirements during the entire term of the contract.Failure to maintain minimum eligibility requirements constitutes material default under the terms of the agreement and will,at the option of the City result in termination of the agreement. Contractor shall operate and maintain a business office within the City and possess an appropriate Business Tax License. Contractor shall not be delinquent in any amounts due to the City,including money owed to the City from previous franchise agreements. The Bidder hereby acknowledges and agrees: 1.To provide all goods.services,and construction,as more specifically set out and in accordance with the solicitation.including but not limited to the scope of work,specifications, drawings,Addenda(if issued by the Owner),the terms and conditions,etc.stated therein,which are expressly acknowledged and made part of this Contract. 2.This Bid is made without any connections,knowledge,comparison of figures,or arrangements with any other company,firm,or person making a Bid for the same Work and is in all respects fair and without collusion or fraud 3.I/WE do hereby Bid and offer to enter into a Contract to do all the Work as specified in the solicitation which shall include all costs but not limited to,freight,duty,currency,etc.in accordance with the prices and terms as submitted by the Bidder herein. 4.If IM/E withdraw this Bid before the formal Contract is executed by the Awarded Bidder for the said Work or One Hundred Twenty(120)Calendar Days,whichever event first occurs,the amount of the Bid Bond accompanying this Bid(if applicable to this bid)shall be forfeited to the Owner 5 I/WE acknowledge and agree that any issued Addendum/Addenda forms part of the solicitation. 6 I/WE(including any related or affiliated entities and any principal thereof)have no unresolved litigation with the Owner. Palm Beach County Inspector General Acknowledgement The Consultant is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this Consultant Agreement, and in furtherance thereof may demand and obtain records and testimony from the Consultant and its sub-consultants and lower tier sub-consultants The Consultant understands and agrees that in addition to all other remedies and consequences provided by law,the failure of the Consultant or its subconsultants or lower tier sub-consultants to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination Confirmation of Drug Free Workplace Preference shall be given to businesses with drug-free workplace programs Whenever two or more submittals which are equal with respect to price,quality,and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services.a submittal 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 submittals 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 Bid Number: PD25-015 Vendor Name: BECK'S TOWING & RECOVERY INC. 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. 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. Give each employee engaged in providing the commodities or contractual services that are under submittal a copy of the statement specified in subsection(1). In the statement specified in subsection(1),notify the employee that,as a condition of working on the commodities or contractual services that are under submittal,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 5 days after such conviction. Impose a sanction 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 Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. r llWe have the authority to bind the Company and submit this Bid on behalf of the Bidder. - STEPHANIE BECK,VP.BECK'S TOWING&RECOVERY INC. The bidder shall declare any potential or actual conflict of interest that could arise from Bidding on this Bid.Do you have a conflict of interest? r Yes a No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column"I have reviewed this addendum"below to acknowledge each of the addenda. I have reviewed the File Name below addendum and Pages attachments lit applicable) Addendum NO 2-Towing and Storage Services 3 Wed December 4 2024 09:08 AM Addendum No.1-Towing and Storage Services P 68 Tue November 26 2024 09.10 AM Bid Number: PD25-015 Vendor Name: BECK'S TOWING & RECOVERY INC. Bid Number: PD25-015 Vendor Name: BECK'S TOWING & RECOVERY INC. "((( e'''''l PROPOSER'S QUALIFICATION STATEMENT TOWING AND STORAGE SERVICES RFP No.: PD25-015 TO BE COMPLETED AND UPLOADED ONLINE The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: Check One Submitted (CS T-00.0(13 Corporation Name: [� i, a "e'L i.vP Partnership Address. V I) (AVC Individual City, State, Zip g.)4.01Y1 (Y-elf.C4iI et, •-.):2.-)i075 Other Telephone No.: 6(‘)1 L1 I '1 b Email Address.FeCeS t LAM 00- O{) AL)L W( r'i 1. State the true. exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Proposer is: Recv'., ibv‘ .-r 2e(-i...ve li .l_-Vc=. . Theaddress of th principal place of business is: -410 IDE- c-"--) Ae . •P cxi in -ri)V) .13 c (-1 , 34{--?S 2. If Proposer is a corporation, answer the following: a. Date of Incorporation: (tel g `1 b. State of Incorporation: )OVl ckc c. President's name: '7j e \r'( 1 El • e'c k_ d. Vice Presidents name: ��tf tote •}P CS._ e. Secretary's name: ,n 16 f. Treasurer's name: ti 1 -1 g. Name and address of Resident Agent: 5f ha_vie 'Y 4 I oI rye 9-1‘.tv ph�� Y v -.(;, 7-) ' (3' 3. If Proposer is an individual or a partnership, answer the following: V �� a. Date of organization: n I A- b. Name, address, and ownership units of all partners: THIS PAGE TO RE.SUBMITTED IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No.P025-015 Towing and Storage Services—Proposer Qualification Statement 1 c. State whether general or limited partnership: tif) 4. If Proposer is other than an individual, corporation, or partnership, describe the organization and give the name and address of the principals: 11 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. + 6. H many years has your organization been in business under its present business name? Under what other former names has your organization operated? n 1()-1 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this RFQ, RFP, or BID. Please attach certificate of competency and/or state registration WY/ �pera-fi j1 P -tl h(1 8. Did you attend the Pre-Proposal Conference if any such conference was held? YES NO 9. Have you ever failed to complete any work awarded to you? If so, state when, where and why: n o . 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary) � �1 {e frc ' V °Gn '( V I PV(V Y z<vra �1 CLI b ) e ckr4 141-' (e me( rev 11. State the name o he i ivi ual who will hay r na upervision of the work: ;rYt_Irl ��, U 12. State the name and add ss of attorney, if any, fore bujiness o e Proposer: Cts v t (A_SG i D to /rv4" f%>•'ir j 12 ?54421 THIS PAGE TO BE SUBMITTED IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No PD25-015 Towing and Storage Services-Proposer Qualification Statement 2 13. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent(5%)of the Proposer's business and indicate the percentage owned of each such business and/or individual: fl I C\ 14. State the names, addresses, and the type of business of all firms that are partially or wholly owned by Proposer: ( <<� 15. State the name of Surety Company which will be providing the bond (if applicable), and name and address of agent: 18. Annual Average Revenue of the Proposer for the last three years as follows: Revenue Index Number a. Government Related Work b. Non-Governmental Related Work Total Work(a+b): , Revenue Index Number 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater 19. Bank References: Bank Address Telephone e>CA,10ti� 1)Ct 20. Provide a description of policies and methods for project monitoring and budgeting control as well as adherence to project schedule (continue on insert sheet, if necessary). Tim PAGE To BE SUBMITTED IN ORDER FOR BID PACKAGE' TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. P025-015 Towing and Storage Services—Proposer Qualification Statement 3 --- woyttlle PCt CCY1 fl- S 1 lb clit,(1-nrir7 rt,LI rci( is Mc( ctoveY\ Gt I to 14.1,'1 i2C(I, C1 )-aYJv1 t' a. i,'iC'14iVc,7les f l vt'VS (k v( PM fh)ve7A 'h 21. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet,IIif necessary): 0L. l o (zi5 we At5 "�-fC-vfl +i� 1i-v-c- Uuio G0 in 1 'A ► , 14 r . pry S ! e (?fir , , tt < <S • i 0 - l 0 (. I0VCi(e L '4-' a.hCf 'I/ 'er c —tY/I JL C' , /14/7 t ✓J',-'/t i-►c-e__ 24. What will bour turnaround time for written responses to City inquiries? ti 'h 25. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, its parent or subsidiaries, or predecessor organizations during the past five (5) years. Include in the description, the disposition of each such petition. n Vi 26. List all claims, arbitrations,administrative hearings, and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers,the name of the project which the dispute arose, and a description of the subject matter of the dispute. )7i 27. 27. List and describe all criminal proceedings or hearings concerning business-related offenses to which the Proposer, its principals or officers or predecessors' organization(s)were defendants. 0 ) � 28. Has the Proposer, its principals, officers or predecessors' organization(s) been Convicted of a Public Entity Crime, debarred or suspended from bidding by any government during the last five (5) years? If so, provide details. nici n D 1 THIS PAGE TO BE SUBMITTED IN ORDER FOR BID PACKAGE 1 TO BE CONSIDERED COMPLETE AND ACCEPT ABLE RFP No.P025-015 Towing and Storage Services-Proposer Qualification Statement 4 The Proposer acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by the owner in awarding the contract and such information is warranted by Proposer to be true. The discovery of any omission or misstatement that materially affects the Proposer's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. (Signed) fhL41,tA1 / / PW 1��� (Title) V \ STATE OF +'Ii)V)(1k,l ) COUNTY OF ttX,yY ?peal-j' ) The foregoing document was acknowledged before me, by means of,,Pihysical presence or ❑ online notarization, 7i this I-) day of ki(�ti , 20Z4-.1b :..14-4 ' k/. as V ( of 12L4€-5 114/11r13 who is •ersonally known o me or who has produced as identification. Subscribed and sworn to before me Th•is 2 � day of U017 , , 202“ 111111 `4Y 1 ''. ABBY COCK : , MY GOMMIssIc:Q ;. 3C3tfF` ( 1 ' t '''nii .No Public(Signature) My Commission Expires: i ac "OFFICIAL NOTARY SEAL"STAMP : ` =; ABBY COOK MY COMi SS OH OI* 303065:,.....:r-�`;P` EXP RES:August 21.2026 THIS PAGE TO BE SUBMITTED[N ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. P025-015 Towing and Storage Services–Proposer QuallfIcation Statement 5 Form W-9 Request for Taxpayer Give Form to the (Rev,October 2018) Identification Number and Certification requester. Do not Department of theTreas..ry send to the IRS. Internal Revenue Service ►Go to www,irs.gov/FormW9 for instructions and the latest information. I Name las shown on your income tax rot.rrn).Name s required on this line:do not leave this tine blanc_ BECK'S TOWING &RECOVERY INC 2 Business name/disregarded entry name,if different from above a2 Check appropriate box'or fecera tax classification of the person whose name is entered on line 1.Check only ens of the 4 Exemptions(codes apply only to or) following seven boxes. certain entities,not ind viduals;see n instructions on page 3): P [2 C Corporation 0 S Corporation p ❑ IndividuaVsole proprietor or ❑ Partnership ❑Tn:sVestate single-member LLC Exempt payee coda(if any) . i ❑ Limited liability company.Enter the tax classification(C=C corporation,S=S Corporation,P=Partnership)► o e Note:Check the appropriate box in;he line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting e ' LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is E i another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that code(,f any) is disregardeo from the owner should check the appropriate box for the tax classification of its owner. ❑ Other(see instruct ions)► i.ppexroaccou ram•.ra«knamee n.u.si ti5 Address(number,street,and apt.or suite no.)See instructions. Requester's name and address(optional) rt 410 NE 5TH AVE 6 City,state,and ZIP code BOYNTON BEACH FL 33435 7 List account number(s)here(optional) Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid i Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a I 1 I resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other - - ent'ties,it is your employer identification number(EIN).If you do not have a number,see How to get a i I I I TIN,later. or Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and 1 Employer Identification number Number To Give the Requester for guidelines on whose number to enter. I 6 5 - 0 6 5 3 5 8 5 1 Part II Certification Under penalties of perjury,I certify that' 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me):and 2.I 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.I 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 intoroot and dividondc,you aro not•cquirod to oign the certification,but you meet provide your correct TIN.Soo the inctructionc'or Part II,later. Sign signature of Here ) u.s,person► _`-rpnan;P ,cc� oats 11/25/2024 General Instructions •Form 1099-DIV(dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise •Form 1099-MISC(various types of income,prizes,awards,or gross noted. proceeds) Future developments.For the latest information about developments •Form 1099-B(stock or mutual fund sales and certain other related to Form W-9 and its instructions,such as legislation enacted transactions by brokers) after they were published,go to www.irs.goviFormW9. •Form 1099-S(proceeds from real estate transactions) Purpose of Form •Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 reouester)who is required to file an •Form 1098(home mortgage interest),1D98-E(student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T(tuition) identification number(TIN)which may be your social security number •Form 1099-C(canceled debt) (SSN),individual taxpayer identification number(ITIN),adoption taxpayer identification number(ATIN),or employer identification number •Form 1099-A(acquisition or abandonment of secured properly) (EIN),to report on an Information retum the amount paid to you,or other Use Form W-9 only If you are a U.S.person(including a resident amount reportable on an information return.Examples of information alien),to provide your correct TIN. re:urns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might •Fcrrr 1099-INT(interest earned or paid) be subject to backup withholding.See What is backup witnnolding, later. Cat.No.10231X Form W-9(Rev.10-2018) .it ANTI-KICKBACK AFFIDAVIT TOWING AND STORAGE SERVICES RFP No.: PD25-015 TO BE COMPLETED AND UPLOADED ONLINE STATE OF FLORIDA ) : SS COUNTY OF PALM BEACH ) I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my integrator or by an officer of the corporation. By: Ira kr-4_, . ANAME-S NATURE STATE OF '-1,, flt ) COUNTY OF {�A tm Ik ) The foregoing docurint was acknowled ed before me, by means of sical presence or El online notarizatiioy, this day of WOVCM (,/ , 2071 b G,vtY -6/7 , as V of �P(� 'jy�,��w , is p rsonally k o to me or who has produced as identi . tion. Sworn a d subscribed before me this — day of NJ OV , 2024 Printed Information: •; ASSY COOK .Q l�l�lel 'T is � MY COMMISSION Hri 303065 r; r •'!pa noeY' EXPIRES:August 21,2026 NAME V l (09‘.(..." TITLE titA\4..i NOTARY PUBLIC, State of Florida at Large li2NO S I- (' )QV ) COMPANY "OFFICIAL NOTARY SEAL"STAMP THIS PAGE TO BE SUBMITTED IN ORDER FOR BID PACKAGE. TO BE.CONSIDERED COMPLETE AND ACCEPTABLE RFP No PD25-015 Towing and Storage Services—Proposer Qualification Statement 1 ANTI-KICKBACK AFFIDAVIT TOWING AND STORAGE SERVICES RFP No.: PD25-015 TO BE COMPLETED AND UPLOADED ONLINE State of f"1 L7 Y 1 Ct 6 County of 126.1 ler ►/t( (V) , being first duly sworn, deposes and says that: 1) He/ he)is ? of Pe(V.5 �i l�Y KC iLLvekv r- .tie proposer that (Title) (Name of Corpration or Integrator) has submitted the attached RFQ, RFP, or BID: 2) He/She is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said RFQ, RFP, or BID is genuine and is not a collusive or sham RFQ, RFP, or BID; 4) Further, the said proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other proposer, integrator or person to submit a collusive or sham RFQ. RFP, or BID in connection with the Contract for which the attached RFQ, RFP, or BID has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other proposer, integrator or person to fix the price or prices in the attached RFQ, RFP, or BID or of any other proposer, or to fix any overhead, profit or cost element of the RFQ, RFP, or BID price or the RFQ, RFP, or BID price of any other proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the proposer or any of its agents, representatives, owners. employees, or parties in interest, including this affiant. 6) VENDOR shall disclose below, to their best knowledge, any City of Boynton Beach officer or employee, or any relative of any such officer or employee as defined in Section 112.3135(1) (c). Florida Statutes (2022), who is an officer of director or, or has a material interest in, the VENDOR's business, who is in a position to influence this procurement. Any City of Boynton Beach officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers,or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to indirectly own any of the total assets or capital stock of any business entity owned or operated by the VENDOR, or if they otherwise stand to personally gain if the contract is awarded to this VENDOR. 7) Failure to submit this executed statement as part of the bid shall make the bid nonresponsive and not eligible for award consideration. In the event the VENDOR does not indicate any names, the CITY shall THIS PAGE TO BE SUBMITTED IN ORDER FOR BID PA('KAGii TO BE CONSIDERED COMPLETE AND ACCEPT AMA= RFP No.PD25-015 Towing and Storage Services—Non-Collusion Affidavit of Respondent 1 interpret this to mean that the VENDOR has indicated that no such relationships exist. Failure of a VENDOR to disclose any relationship described herein shall be reason for termination of bid or award. whichever is applicable, with no time to cure. NAME RELATIONSHIP nI `� 1f (1 Witnesse+ ~_� VENDOR: r1111160.-- le... /� -----.2Signed. !t✓•I Typed name:C r21 id vW't ti r✓iN -- ' 1 j� �� ame: Y't Gt t(l A,���•-- 91fl'i-ill '' Title: VC 1 Typed name:mew a vu (f h t,'7 The foregoing instrument was acknowledged before me, by means of, 'physical presence or U online tarization, this A 1 day of lv 0 , 202_(,1 by I5f Vi 4e vie' L/ , who is p• sonally known . me or who has produced 0141, as identi Ica ion. Subscribed and sworn to before me This i day of N...)6\( I . 202 aL{ CC0( Notary Public(Signature) . ABBY`OOK M Commission Ex fires: S (4?.l// 1 ID-{(2 ?, `•, MY COMMISSION S HH 303065 Y P "! �" ;A4' EXPIRES:August 21,2026 ) U 1) di. (Signed) 4,e(rf't (Title) \ P THIS PAGE TO BE SUBMITTED IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No.PD25-015 Towing and Storage Services—Non-Collusion Affidavit of Respondent 2 (�1. ANTI-KICKBACK AFFIDAVIT TOWING AND STORAGE SERVICES RFP No.: PD25-015 TO BE COMPLETED AND UPLOADED ONLINE I, ,71",ef+ u. �1 e ' 1.t! (v c--)) , on behalf of (e-s Tl�/vW11�(p1d�P_ Jr. rtify }Print Name and Title Company Name that/1/4.2(V S 1-0S"/0E14 Qv�. 41( - does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List: and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract.The City shall provide notice, in writing,to the Vendor of the City's determination concerning the false certification. The Vendor 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 Vendor 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 Florida Statute§ 287 135. Section 287.135, Florida Statutes; prohibits the City from: 1) Contracting with companies for goods or services if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List: created pursuant to Section 215.4725, F.S or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to Section 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Vendor, I hereby certify that the company identified above in the section entitled 'Vendor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List and is not engaged in business operations in Syria. I understand that pursuant to Section 287 135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List THIS PAGE 1'0 BE SUBMI i i El)IN ORDER FOR BID PACKA(ik TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No.PD25-015 Towing and Storage Services—Certification Pursuant to Florida STATUTE§287.135 1 -6-7(02 To/ti I (qt. Pet wei .U'i c. J ilk 1N slit & A-- COMPANY COMPANY NAME SIGN•TURE (,.*,€ 40(r '(k v PRINT NAME TITLE DATE The foregoing instrument was acknowledged before me, .bey` rmeans oft physical presence or O online notarization, this 1 day of ,U� e , 2qj by 5t-e I,�G.•Vi jP Cc t---- , who •ersona(ly kno n to me or who has produced—+ as identi - '•• Subscribed and sworn to before me' This 1 day of{'J ova Wil----- . 2024 ailissck..i apt Notary Public(Signature) 1 7( j My Co missio Expires: ABBY COOK ., MY GOMMIWION 411N 303063 - , EXPIRES:August 21,2028 lbws - rr, . { 1 1 THIS PAGE.TO RE Sl IRMITTFD IN ORDFR FOR BID PACKAGE 10 BE CONSIDERED COMPLETE AND ACCEPTARI RFP No.P025-015 Towing and Storage Services—Certification Pursuant to Florida STATUTE§287.135 2 City of Boynton Beach Certificate of Use/Business Tax Receipt Expires on September 30, 2025 Business Control Number: 0015576 Business Name: Beck's Towing&Recovery Inc. Date Issued: 07/31/24 Business Location: 410 Ne 5th Ave Any changes in name, address, suite, ownership,nature of business, etcwill require a new application. .a. . . . . .:,..L p,..:.,.,..: .it-eg,` " i::.::._:',:.1-',: . , __ . 1, . ... . , >r :. 25-00054347 493110 , GENERAL WAREHOUSE/STORAGE • 0 . City of Boynton Beach 100 E.Ocean Ave. • Boynton Beach, FL 33435-0190 City of Boynton Beach Certificate of Use/Business Tax Receipt Expires on September 30, 2025 Business Control Number. 0015576 Business Name: Beck's Towing&Recovery Inc. Date Issued: 07/31/24 Business Location: 410 Ne 5th Ave Any changes in name, address, suite, ownership, nature of business,etc. will require a new application. kJ.1. .. .. .. ...'7„.1 :7,X'r4ra vti 1p i eOW C:. .., 't'� 4..:1+; i _Fy}..fit*..1 2500016528 488410 WRECKER/TOWING SERVICE 5 WRECKERS. 0 City of Boynton Beach 100 E. Ocean Ave. • Boynton Beach, FL 33435-0190 ANNE M. G A N N O N P.O.Box 3353,West Palm Beach, FL 33402-3353 **LOCATED AT" www.pbctax.com Tel: (561)355-2264 410 NE 5TH AVE •�1. = CONSTITUTIONAL TAX COLLECTOR • Serving Palm Beach County BOYNTON BEACH, FL 33435-3832 Serving you. TYPE OF BUSINESS OWNER CERTIFICATION 1r RECEIPT 8/DATE PAID AMT PAID BILL# STORAGE BECK STEVE E B24.616126 07/03/2024 533 00 840164830 This document is valid only when receipted by the Tax Collector's Office. • STATE OF FLORIDA PALM BEACH COUNTY BECKS TOWING AND RECOVERY INC 2024/2025 LOCAL BUSINESS TAX RECEIPT BECKS TOWING AND RECOVERY INC LBTR Number: 2020130783 410 NE 5TH AVE EXPIRES: 09/30/2025 BOYNTON BEACH FL 33435-3872 This receipt MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. .4yANNE M. G A N N O N P.O. Box 3353,West Palm Beach, FL 33402-3353 "LOCATED AT" . CONSTITUTIONAL TAX COLLECTOR www.pbctax.com Tel: (561)355-2264 410 NE 5TH AVE • Serving Palm Beach County BOYNTON BEACH, FL 33435-3832 Serving you. TYPE OF BUSINESS OWNER CERTIFICATION/ RECEIPT*DATE PAID AMT PAID BILL M TOWING SERVICE BECK STEVE E B24.61546T 07/03/2024 , S33.00 840107291 This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY BECKS TOWING AND RECOVERY INC 2024/2025 LOCAL BUSINESS TAX RECEIPT BECKS TOWING AND RECOVERY INC LBTR Number: 200323474 410 NE 5TH AVE EXPIRES: 09/30/2025 • BOYNTON BEACH FL 33435-3872 This receipt MUST be conspicuously displayed at the place of business and In such a manner as to be open to the view of the public. ..'•:7-.."11r.:Z.9 ••...!.. C.'''• ''‘ • . ' 1..:•••". irL .• • .•1: 11. : II :. 1..,:. • i . - . . øs • • •• •• •• ps *e ,0 •• 0• •• •• •• 04sw po eq -• E. a. s• •• •• mmap eo G...L.!P.. ve..0t.op•o•r. •.41,'0•,,::,....ce_ •. 4.0 • :.0•77, 9...-.,I .7.,9.7.,...77, I •7:,1..77'0....":.1'7";"0 ..:7.IP'77 0•7. 9 .7.' . .-::.••77. II'.-•-• 0 ..."2 9•7"., 0•:". 0•.-.• I •:., •I I••7'9 I II'...' I•:7. 0 •"7/ I•7:.•0'7.-•1*. • • • • •4 i • • •.• te •. ..•.._ ;11, a. of jfii. ......: 7..0..; . • illio. •,• ..7%•c 7., 1..: i'I.• tam44 4=4)ta ...._ • . _.....------..... ., riba • .ii. . •, • ...1 9..: OP" • .T.,1 j.: • • 7. 0.•': .-••••• 7.'", • :: 0..: C-NP"Orill 1 41.401.g • • a • ?..V., • ii. klfttr•. :#111-In-'" -.8; .: ..-a • • • ..... -...:.:.) Erpartmtnt of Otatt ••0 1.1, Z. ,a: i, • .•0...: ....••. :.•0; •.• • i 7.,9•; 7.1:11/.: • i • • I certify the attached is a true and correct copy of the Articles of Incorporation of :...•.:. . . . -., BECK'S TOWING & RECOVERY, INC., a Florida corporation, filed on 7:,•s ...•...-. . - . ••.7 February 29, 1996, as shown by the records of this office. .7; • .- .•.: •: . . •_• L't•'.:. .:," 410• • The document number of this corporation is P96000019440. 4... 7..f.,7 7,• •-.. .1.•.' •• I*/ • ir , ii. • ?..:.5 ?•-.,: .1.pt.e. .. : . - ....•.: ;,,0,.. • 0 40,-• Zi it l'i ?itiC -..‘ l- -. .... • • O., • .•e '. .•_.1'/_ :. 1/ • • • • -6:15 ..•i r. :1 . • • Z.-if: 1..•:•-: :.0/ ::•.' • • • • '.".t.,•;: ' ...„- :.,9. Z.'0 e. =.•.•.e. • • -,,.0.; 41! :...C.:. L!...• • a • • • • • • '•...! •;11 • • II e., • • 1. •". - . - • -.•6'7. - • .•.;•... • 4; &ken imitgr ,. . *tub anti tlie .••... •: I:4.14 a6reatSt4l of the.-- P.... of Aloribat, Ill'••• .,•$ .7 2.i': Id Igaihdputset,tiff Capitol,iffes flit .2 ..„ • • • • • Fourth bag of March, 1996 -.. •, ,.,•.. • • :,9..,7 410.w V4.-4; • • 4. ----= • -ilr-• #. .,. Zi. • 4. ,.. ......-•-: 7....So.4'e.-. ,pt.:11ii • • Z1: _,_7. ,....A • 2 ... .I:•, .-.. . 4.--• •••••i • . ...:'44.4 ti -"::, 7591.. /i. ..:•_4-:74 _. . • • ...I 7 - -...z. -•...-"-7- 4 I:...,_ r'. .7 =:•:.. .19• %,,,7• • • .•-• ' P. •'•..'' 4::: f5Cidiflt...S.f3111eZter-o) • • 1.. • ' Zi I 15 ''S. 4 P.71'. • ' . ii‘ i; * •4"..6::..." • :, 9..f. 7.,9;1' 44."-7.--- '' • • $zuiil thrzt Aleilnrizun .. ...:. . . . . ilf cerreturg of,State _!. 4 CR2EC)22(2-95) * . e.. •_• 1 • •- z:' • 44 ••• 6 l • • -•,....; :. •4...:±.•1: •,....le:t.I',CZ I;t:.:Z I'."•••0.....::0.!::.!•."•0...... .0 .e.:-.0-1:.: 0.....-• 0•". 0 e..!'0•!..1, 0.f.',0•..1: 0 ..:: 0..!...1 0'"'••',."-•..::: 0 ..:.:. 0 .:.:: •.". 0•=.9..:-• 9/•: • •• •• 00 •••'••..•• ii;-•,•40 4•40 i...1-• go.. 4.4. ••• 4be• Z*, Issue BOARD OF COUNTY COMMISSIONERS Date: October 11,2024 PALM BEACH COUNTY, FLORIDA CONSUMER AFFAIRS DIVISION Expiration Date: December 31,2025 50 South Military Trail.4201 2025West Palm Beach, FL 33415 (561)712-6600(Main Office) v.le c‘, 64.1.. 11. . ii„ 1 RCI C' G. � ' CONSUMER and Glades Toll Free 1-(888)852-7362 • FAX(561)712-6610 Website:www.pbcgov.comlconsumer • • Towing Business Operating Permit_ .0b14R 911". formerly 2010-001 PBC#TP59 Issued to: Beck's Towing & Recovery, Inc. d/b/a: Beck's Towing & Recovery, Inc. 410 NE 5th Ave Boynton Beach, FL 33435 Steven Beck, President Beck's Towing & Recovery, Inc. is hereby issued a Towing Operating Permit in Palm Beach County, Florida, in accordance with Palm Beach County Towing Ordinance 2010-001. This permit is not transferable and may be suspended or revoked as provided by law. Sg."----r419%.2 Director, Palm Beach County Public Safety Department r hiAi•Tf iAP;TVA/i‘r&lr-er&Prekie Ndri&I,r icsteirctir :tif:', illY.4,-.:.,T.)76{1.0SiiilWrLitireri&dr OA.0.11 Ili& . W, 1 _, • 4 ‘47‘e141 ,!/‘fi?. A' ' .44. .c6. -0',). .4Y - 4 ' 4,,irt.?.. YrY4 `!'``‘, . • . .44. .4r4. .4. . - - 4. . • -4 '1-- E-, - • • . ,..-::•-- , ) • • .. •4 1') 999691 HH 350453 . I (-7^ STATE OF FLORIDA Evolosit 1)00Q-tent ,....41, 43: • , .,,,..„, . .1t. 4. ..-1 I, Ron DeSantis, Governor ofFIOFklay virtue oft authority vested in me by the Conlititution Old Laws of this State, • i i ...) hereby tiorniniSSiOrl • 1 4". k: Stephanie 13 L. Beck ::,...i E.-.c. to•be :a ..: - • NOTARYPUBLIC in id:411bl'the state of Florida i,.,-• ' ,.,1: ,frommacsams'.?923 tbroug#March 27„2027 and in the i . Name of the PeopleOttileState',gElorida ahave,hold.i*exercise:the said office and : all the powers and respeiglitaties a, , , ;,',g theto;.4nd to receive the privileges :a and emohaSehts thereof accordance with the law, 4 : • In Testimony Whe , I,do unto:...- my hand cause to be affixed the icx3e • ilere • . ' - ind i• Ore*Sea otthe Sta t,kTallattassee,Florida. V: ti.! NPU .(IL 'V: Governor Secretary of State ( __?'"). (..e. /rw-). "rw-). ' rw.). 'c ^pH'c f..... • "rte.). *C"(n. • 4'r%.•\* . ,(- hS, M (%•; ,M. r;t417(4.c,Ah .,M,!,,(4.7(tc. (;4.7:0- : /sliev•id,r"Ailiewlievisseiii•N%iervii,iipvNiese,:iev%iier4NiedY•lirvbliitivi.4.•soiiit•veli:ovelitisoiaiN•4.ateogieviiii•.,,baii A r INCORPORATED 1977 UNDER THE LAWS OF THE STATE OF FLORIDA Afeiioirnit Ok-eeehex 01,eXelielr4 o tYLektQ, J3 . MEMBERSHIP CERTIFICATE 2024 - 2025 AI r6 to, eenf0 teat BECK'S TOWING & TRANSPORT is a member of Professional Wrecker Operators of Florida, Incorporated, and as such is entitled to all the rights, privileges and co-operation afforded by the Association this 107" day of AUGUST 2024 fliftlib esi i ent Executive Director r0F1 cter Opara L,Inc. ANTI-KICKBACK AFFIDAVIT TOWING AND STORAGE SERVICES RFP No.: PD25-015 TO BE COMPLETED AND UPLOADED ONLINE Project Name: TOWING AND STORAGE SERVICES Solicitation No.: PD25-015 1. Definitions: "Contractor"means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant "Subcontractor"means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "Subcontractor" includes, but is not limited to, a sub-consultant. "E-Verify system"means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2. Effective January 1, 2021, Contractors, shall register with and use the E-Verify System in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and c) Should contractor become the successful Contractor awarded for the above-named project, by entering into the contract, the Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien The Contractor shall maintain a copy of such affidavit for the duration of the contract. 3. Contract Termination a) If the City has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09 (1) Fla. Stat., the contract shall be terminated. b) If the City has a good faith belief that a subcontractor knowingly violated s. 448.095 (2), but the Contractor otherwise complied with s.448.095(2)Fla. Stat., shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. THIS PAGE FO BE SUBMITTED IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. PD25-015 Towing and Storage Services—E-Verify Form Under Section 448.095—Florida Statutes 1 c) A contract terminated under subparagraph a)or b) is not a breach of contract and may not be considered as such. d) Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. e) If the contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a publiclicontract for a period of 1 year after the date of termination. Company Name: 1j . t�.-S 10/Vj n Penile __T-oc Authorized Signature: V 14,U,t 1(,cam- Print Name: 6 tephA ( t f mac"( [_- Title - — Date: 1 /' I aq Phone: 56 I 3 L'f1 - 10(1 to STATE OFrt(4 ) COUNTY OF fol IR? bet(((I) The foregoing in ment was a nowledged before me by means • physical presence or .1 online otarization, this day of j _ ....4 • 4 ' CtAt. of ele9(.4-cifi behalf of feat TWA•.-3 He/a is personally know. • me or has produced as identification i ' % /1 CL.0 U,�_'vlNOTARY PUBLIC 0 b0 0)0 1 (Name of No ry Typed, Printed or Stamped) Title or Rank �,�+ AgBY COOK (R • mY Co ssION#HH 333' 5 s•: ' r EXPIRES:Algiat 21.202€ Serial number, if any THIS PAGE TO RF Si JRMTVFF.I)IN ORDER FOR RID PACKAGE TO RE CONSIDERED COMPLETE AND ACCT:PTARLE RFP No.PD25-015 Towing and Storage Services-E-Verify Form Under Section 448.095-Florida Statutes 2 (e s1 AFFIDAVIT OF COMPLIANCE WITH FOREIGN ENTITY LAWS TOWING AND STORAGE SERVICES RFP No.: P025-015 TO BE COMPLETED AND UPLOADED ONLINE The undersigned, on behalf of the entity listed below(''Entity"), hereby attests under penalty of perjury as follows: 1. Entity is not owned by the government of a foreign country of concern as defined in Section 287.138, Florida Statutes. (Source: §287.138(2)(a), Florida Statutes) 2. The government of a foreign country of concern does not have a controlling interest in Entity. (Source §287 138(2)(b), Florida Statutes) 3. Entity is not organized under the laws of and does not have a principal place of business in, a foreign country of concern. (Source: § 287.138(2)(c), Florida Statutes) 4. The undersigned is authorized to execute this affidavit on behalf of Entity. (7e/ek___. Date: MNIPm 0611—� , 202 4 Signed: Ai/ a 11, 'A , Entity (vc T(uvio t tf coin "41 G Name: f 1- I, YtYL 0 I , ' L. Title: STATE OF f-10()(1 4 1 f COUNTY O> 't Atm (5.e(t.0 tit The foregoing in ment was acknowled ed before e, y means physical presence or 0 online notarization, this day of j , 20t- by ' 9 cc.a. . 64.E as VP for T----j'C-44-3 11-L-.)i✓5 , who is personally . own to me or who has produced as identification *..,Lot.. Notary Public Si! ature: State of Florida at Large (Seal) Print Name 10 0 V_ P""+; e�. _ ABBY COOK MY COMMISSION#HH 303065 r ^. ��`.' EXPIRES Aucust21,2026 My commission expires la ` ( >ce, PHIS PAGE TO BE SUBMI ri EL)IN ORDER FOR 13I1)PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No.PD25-015 Towing and Storage Services—Affidavit of Compliance w/Foreign Entity Laws 1 AFFIDAVIT OF COMPLIANCE WITH FOREIGN ENTITY LAWS TOWING AND STORAGE SERVICES RFP No.: PD25-015 TO BE COMPLETED AND UPLOADED ONLINE In accordance with section 787.06 (13), Florida Statutes, the undersigned, on behalf of the entity listed below("Entity"), hereby attests under penalty of perjury that: Entity does not use coercion for labor or services as defined in Section 787.06, Florida Statutes, entitled "Human Trafficking." l + Date: November 7 . 2024Signed: . -{41,0 ). btell------- Entity: Beck's Towing & Recovery. Inc Name: Stephanie Beck C Title' VP STATE OF Florida COUNTY OF Palm Beach The foregoing instrument was acknowiedged before me, by means ofcy,ysical presence or ❑ online notari ation, this _7_ day of _November 2024_, by y)ki ,tj' & , as for 136G-4G S T11--I.-13 ho is persona • known to me or who h roduced as identification. bi...tx Cpi...,,, Notary Public Si nature: State of Florida at Large �� (Opp g (Seal) Print Name: I/] My commission expires: �I 2-( , 1 I e. wvr' _ r 1 e: :':- COMPASSION*MI������/u��� 1: •, 14 y coM bSIoN*MI 303 65 .--:,-:647::470? August 21,2026 .,a 'O. THIS PACE 10 BE SUBMITTED IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No.PD25-015 Towing and Storage Services-Affidavit of Compliance w/Anti-Human Trafficking Laws 1 VEHICLE SCHEDULE Insured: Beck's Towing.&Recovery Inc. Policy Term: 08/03/2024 To 08/03/2025 Vehicle Information ON HOOK YEAR MAKE MODEL COs- COLLISION &CARGo VEHICLE I.D. Hnvsrve C 1�Cc b 2003 Western Star Wrecker 1000 1000 $150,000 5KKXAC0063PL89539 G 2012 Kenworth Wrecker 1000 1000 S150,000 2NKHHN7X3CM325310 2016 Hino Flatbed 1000 1000 $150,000 SPVNJ8JN9G4S52456 A 2016 Ford Wheel Lift 1000 1000 S150,000 1 FDUF5GT8GEC47532 2022 International Flatbed 1000 1000 S150,000 1 HTEUMML6NH595647 hj 2023 International Flatbed 1000 1000 5150,000 3HAEUMMLXPL044439 • 2023 Hino Flatbed 1000 1000 SI50,000 5PVNJ7BS8P5T50192 •.; 41 ',••••';:": • '•‘.. ' . .1-*'''",,•>,•......1;*".....''7 .a4...;..T... ;-.4r4.,.'A4'"1 •'• . ',.:...*•: '.,...•!".• I. - .:...:1-777• •,-.. ;; e =..,.. - •..: 1i.q. •-- i .,••:?`-‘4,4'.- • -4.•••,••• -,..„';•"•,--,- .; 4..:'.'N7"..i..1 .!. • • ..- 1-,.,,,'qN,''' 1%1. .4;4:-...- • • •1..l.."4"(....•';•••• -''' '' -, .!.....P.,,,, -...,;.•T c...,. "I . .:..''.iij‘i:/i.e.t'f.::',n Ac...,,;7• ,, .: :".•_:4' •.•;1?:pi,,401-..4VC• :C.e.',.,,I,.r " . '' • ; •'-c C '..•'.•....1 I i;4,n,"••• ,:;.>•:9,:',•••4:•1: , . ,-vi,i;•:.,r,,,' •••:ri4r'••-•::;•!•-•.-1' -•• .1 ';;;;•i:' ,.„A ,,V,,,-;.:.->„*; , ‘• .:!...,N, I., 4,gog,,... .- • , .. • . .....:•tiv,s • ,01,t,,-.. • - , . . ,. ft , ... .,•;.,....i!,;....4 .,141.-(..t_i,:..t..ws.,.•. ...... .-::'.1::41A;!•4:1';41''''''''''',.1.1,•ii;.'...,.;"':•--.;..Y/ .••'',i!---,":, •....,,„,k.,•:,.••, ;t44,:i....,,„. ..,, •. ,,,„.:,! e •-•:-..:"..`•`.!--,r• .,- -• ••';' . ' ..."'" ''''''°Z-:•--tf-‘.-,-,'•.",. ••,. • ,.....,,,,,, ... • • • • ....6,t.t.y.: -cp..,t,'..- .,•:,-:,,..,,T,..:4......'.4.5...,:- ',..'.• -,'' `"5.•?-:'.'4.:;•.%''..'-'......,.V'.0.„.4,V'!A.,:'c,C''.,•V)•.:'it.4-i•V v-4 i.•. •'"-':.:4•1.-1'•.•i4rA.10;C'1'•-s.,r":-.ii..W4..;R,-4.'.4 4';,.,•....:'''.•.•i1.t..0•.'.m•;",•...•...-:;-:,e'•-4 -1.•."''•:.,•A'.,k"7.j..,,.:„...,..‘("`-:T4..•',.0,i•.',•'."..•":..f•.7!—,1'.,.;.-•!.,`;,•-„.<",`,'.n.&. :.-,.:-. '• •. .. • + ' ' -'•:.' xt -:'•4•.•:.-•..•.•.,7..-.4-'•':s.f•:-,•.t•'!.fv:'.'..•;,,1-'., /f1''.':.-...-.,...r....',",..-•:•••/.''.i,.'i•..:...:'2'"•'1,.,I!t:..,....,•.;!,.:,.,...1. .:,•,..,!•..;•y 1•••.!=i!c,`••,',."...,".•,..','....'..:..•'.t'i•‘••7,":".-,..."1......•: . , C-$)..,i..-'''4,'".!_,.,f-,",.".'.t•".•:- •• ' $9 c''':' '"' '*k ' .'," '': ' 7 .."'• , '. "• 4 ...-•• . 4.• '4,•'..."•41: , X? . i- : •.... : ,• ,.,".. ' G 4 i a. , , '...,7k1;,,4"7. ' ',If.:''..'i.f:11;f:.i ,•' .." ". • • • .•.., ,. f NIt. :i.j.ek,,,,.\''.9 .,.'::.:',-;'-..-.• - .• • ' *,,.V • - :‘-'•::1'1'44 a rt•k4.'),Z, ,. :.' -, .A1 • ... .• • ... .: ......, ..-,,,„ • .Sfr• .4157 ••••••4'..'..' • ''. ' • , . .. '."•••••• • " '•',..;'....:44',AtA.t.'.rA"'"ir... -• .''. :,,,,,k''''`S.4.i7'":.-i"..1 ,44.:AftZn'i,'''...;'' • . . -.4 . ,..1.• ..). .... * . • . tr,•!:•••-•• :''•-;.4,:r1ri'''•••.--,4‘.';v! •;',t:•„•,4*. •. •. • 7.• :-..7•14,.i.:'1....•'.4....i' '..-, , • s: • •••••- -,....•..'"se,' , -,:•'!:,••',.. .,: •-•' ,..•• • . *•?`..;1.i.—„e4•;",:.4"..iliA;,,:i,`. , , ,. . 14:411",.t,,Z.,17*!.1..,ir,.."ty,...'42C,tti• '..%' ' •:' '' '' '. '•• 1111410110 it . • .... •.,:''..-,'.c • ' ' 4.."4;,0,4/1...,.z• • ..,: ••,• .1•4:, ','••f$c V*aretimfoid ' wit be •. i.7.:•......,..., ..-f.,!-,, - - , •.LI„ 144„,,,,• • .;,.:0„. ......;,..., .:,•:,....,,•:..t.%; , : , . ,,. _vg,, uuns. k : . .. • ..,. .• _• • , ........„..,..., .• . ..,. . . ... `4•• ii,:•:.: , • • .slx ',..%:. -....''.::- ‘.."'",.' ''' •- ••:- ''''• ':''':•••!en.-4 `.:..;), •••.,. ,. ‘ .., ',,....-,-,.;:„.4.% ' . ,•.!-',7"...,'.c • '.- ..1 ,...•-,i-:4••4'0-:t.;;;L';'!;;.•f:j..••• ,, , .s . re,. :,... . •.1: kc.i67,..,,,,..,:. '.•..4" .01,,..'" r.;".1".,' .--C'%‘• .....,";'., . ':WP1'' '''''•• :4 t".r'••gl a , . i . • • .„ • ,4 4 4 ic.•:1.4,ec‘,.?•;.- ..: '..", 21 II, 1 •.• k . "" # ' ••; 3 ) t • its '' "1--. 'it, - ..,--. t z:: ...-- q : ' • ... . • • • - ....c -.,.,,,•,..... . »431,7,.4.'ex.;.1-'. ;:,%r!-, ,3,% F.i'''4 ' a j , --, a , i• ..4 , —,.. • , • . • ., •• • ''; sz?to•'.-.-ife:k;kr .:,vitiv-t•,. - ,- .v.z.fir4.4•04x. . •.4:„.-n.„4,-,4.. , . ,,- - . •••...e.,....i....;-,,,.... ",z,f,...•-...A.N. .4-.."-.: --.... .,A',1•44,, iv,a,t`c,,•f,s...,:,...,2 • . ....;4 , • .: .,.., - ,,„ :; '40.7:•.: tg",!,•,•'''.•':4-•i -,. 1 '•, .. : • , • •AVENUE . . ...: • .,„---....-,„ ,,,..:::11V.;;., :'t' - • . ` 5Th r‘iriGellii l j • ...% • ,., --..k.*. A??..‘2.431W''.,,''.4.• ,-'.'.. f .•'• ' ', , ,. . ., ,.•„.,,,,,t sil..... s•t..-' ' ',. , s'.. •'• ' i••1,,,' :'..r 0:49RSA....I : :'i: ' •;4''-. 'to#• BEActig 33435 . - ...z •:•,.`',.' • '-" ''''•• C ••• i•- .i•;.,%.!.,..,.....f.3!•141..:41 J:-t,•... ......^ •. • ' • ' . R. . ,, ii .A.`.14;Asi•A:i.••vi,K.Wire...;.:•:.' •#••••,... ;:;:1-•":.1•:•. , • . :*•1'',.,:•nttAttV7.41.e2t;1,71.1.:'•.‘• ::. :. .• . i•• ' •' '• -..i. • :.•'`' -'. .• V 4:`t.....;:ii.;...i...,4: :•••4. 7"..:•70......'tr, ' . .ii ,• : Ar,,,.j:p.,,k,-.4',e?..,•:•.?,.40*,i.:, ,'-', :'j'•••• '; `.1''• . . „ ,...,-;„Zi,‘,•r,`':.:,, -''7'. -..-•.:% ,•-';''' :a.-4,3•"1,,..7Z.:',1,,.":;k:S.,•::-',1*.`,.;:. ,',...',..' .• . - •• • • t.. . ..• ....,. . , i•V,„04r.; •••<:-' -'. • ' , ^‘, IC . il .,. -.1'.:''•.,:...-tir.%. •• . ; " .... • ' • • ' . . . .... . , • ',A. •.v." •.>;,,.'!ti,:.••••••••, ••••••-:.'44i;-.-,. • :•: , 't.j•',. : ' , , • -,7 S.-. •^5. •..' .,••• "4- ..• '.'• . .. •„ ,,,,i, ...e, ...;..c. •.,.,.;.7 r....'-' " . •. , ,.. . 1.1'"'; :,... : , • , . _ . -. ' •1?...'.4 - •-'t :;i1;',n"A"• . • - ..- -y•`•41,' •-•` ...: % ''A, . 't ..:.."'fic?‘.•.-e .r.,,...., .. •........,,:i:;:"...?..$;::"''''" : . '' .: . ;•••-k.'• ". ..I6'• '•`.• --‘74.**•''.:-4'.%• 5114'AVENUE . -...,,p....,.. • ..::r :•••••••„.je,„;.,,:. ....,,,, ,,.-.:i. . • , - --..• .,-., , „:„....,- '''',;•• • , . • .• , — .... .1 . .•,.5.41:411:a.,•-. • •' BEACH, FL 33435 -4,...--,,,,,,, ,• ..,.R:i,...;. :,.•••.•- . ......„*.tt, • • . • . , . . iii3L13- - 5 DAYS OIRMORE. • • . . -a.,-,. • •• -.. - '..1t ?•;'•• • '• - _ . ... : • .. .. •i . . . • • , . ..:• • ''i • • • • '... ,...'-• ""' i •'f."...A,-.• . '..,.."...,,,'.:r,:---5.•••• uf ;'; • ' ''._•,-."'-'":-••-.-44:41 .,..... ,:' • .„. •.- . 1 •';`-r. ' '-''''-.14, , 1- • 4 ' • ••' •i• ''' ! ' SW VIII MEN UE, Bikr tits ,,,•., . .. •,-,,,, ..„-• .- - . ..•:...-.. - ., .. ,•: , , .,.,•, _.,•.e.•.. .- ,... . . .? ..--..... ...-. -„ .. ,-,..,,.....„ ,,,.,...„, . , •-•-...;:. .. „ .....,...,....-44,.. . •-•.4:e.'1i; , • . 014'BEACH, FL 3342S% ..:41.... .. • : , . .. . . 1• ..,. , L.., ,. ,.., • „.. • . - •• . . .. .... , .•,. .. - , ....,,...„.„..., ,:„...,...„. . . I ,i.„.......,.„...-.., -.... ,...,.z, .s• : :•( . . , . . .. .. „ • .,,.; ,.., ..„.....„. • . . •• . . <b • .' y, . ; • s'., A''t:: t•:,'";•,..Z& r••• . ,. , ... . „ , ...... - ..,,•,:-.:.;...,-.,--..„... --... "-. • 't '..r-:a • - ---°:••"-:'Z,' '4'''../.( :i....' .' , • '''•-,, '-4-&•.' `3,- " . • .f•., •:.,„•ef.,•_Of' ...,,. -. '- . . . .- , - -..,-••,..,, ,.1.,,,i..13,;tr-ot,..,-• • . • i, „_•• :,, , :,:,.. ,,..., • • &,..e•- ‘" ; f •:.-1..,v:,•;eP.,,'•:itet,tt,7•,,,. ,--• ,..,., , • ,• - . • ' • ..! 4•:'•:?',.. . ..'r ,Il :• -;..: i .. : . - ,-- s .' . . :,.- . z.o.-•:.•,..-'• . ,, ' . ,..,, • • - - A,,ii- .. ,..- , x:4., itir *--- : ... , . w , ... , -... ... -. ,,- . i= ? = ' i ',.. '. .. • . ., e':'.''S :. C'i. '• • . a AV: ., .., •'. • .... ...,4:'•!. . .,,` i r.' A,i'4,,r;<'f:,•X V;IA .6,,;.... '•• "... . . • . •.. ....•• • -..- ..-,. . . • ., . •• tf.'• ,•:',,1,....:'•••••i'I' .1::. •....4. ,0..),,,1..1"• ... i 4* Y• 4....; • . • ' -„ , • ; 44r.... •,'la,•,.1•Y•',':,.1`,Z,•1.,,, ,i I•,,.....117.ic.,..,-.:'- Storage Location 1 Name on Budding Beck's Towing&Recovery,Inc. Address 410 N.E 5th A BE��dJ68eadr, FL 33435 Phone No./Fax No. 561 .1095 Fax 1 !aS Number of inside Storage 8 aoee 10 Number of Outside Storage 1 Spaces Storage Location 2 Name on Bulding Becks ToWm&Recovery, Inc. Address 1500 S.W.3h Ave.N8,Batton Beech,FL 33428 Phone No./Fax No. 561480-1008 Fax 681-399.0898 Number of inside Storage 5 Spaces Number of Outside Storage Spaces 0 Storage Location 3 Name on Building Address Phone No.I Fax No. Number of Inside Storage SPacits Number of Outside Storage Stacie Crime Scene Storage Fadlity—For vehicles marked"HOLD`required to be In Palm Beach County end within a 10-mile radius of the City of Boynton Beach Potts Department. Detail which inside storage location would be used. Detail which outside storage location would be used. Total Number of Inside Stories 15 Total Number of Outside Storage 100 Detail the Security Equipment&other ne,Fane wet r barbed wke PalmMeasures put In exceed to the County TowingOrdlnOrdinance .Srty Cameras minimum storage requirements 'Security lighting 1L I Z. CO/AGY 6 /4 TO 2040826945 FLORIDA VEHICLE REGISTRATION BS 16207704 PLATE 38354E DECAL 18140368 Expires Midnight Wed 12!31/2025 YR/MK 2022ATPIL BODY TT COLOR WHI Reg.Tax 270 10 Class Code 41 VIN 1HTEUMNLDNH5115647 TITLE 143041602 Mit Reg. Tax Months 12 Plate Type RUR NET WT 4109 GVW 25500 County Fee 3.00 Back Tax Mos 0 Mail Foe 0.95 Credit Class DL/FEID - Saks Tax Credit Months 0 Date Issued 11/712024 Plate Issued 6/16/2021 \!antsy Fay Grand Total 274.05 IMPORTANT INFORMATION BECKS TOWING&RECOVERY INC 1. The Florida licane plate must remain with the registrant upon sale of vehicle. 410 NE 6TH AVE 2. The registration must be ddivuod to a Tax Collator or Tag Agent fir transfer to BOYNTON BEACH,FL 33435-3872 a replacement vehicle. 3. Your registration must be updated to your new address within 30 days of moving. 4. Registration renewals are the responsibility of the registrant and shall oc air during the 30-day paiod prior to the expiration date shown on this registration. Renewal notices are provided as a courtesy and are not required for renewal purposes. 5. I understood that my driver Name and registrations will be suspended immediately if the insurer denies the insurance information submitted for this registration. RUR-GVW WRECKER • —114)-5 CO/AGY 6 /4 TA 2040677177 FLORIDA VEHICLE REGISTRATION BN 16206230 PLATE E7311D DECAL 18121502 Expires Midnight Wed 12/31/2025 YR/MK 20234 NTL BODY TT COLOR WHI Reg,Tax 270.10 Class Code 41 VIN SHAEUMINLXPL044439 TITLE 147771082 Init.Reg. Tax Months 12 Plate Type RUR NET WT 9518 GVW 25900 County Fee 3.00 Bach Trac Mos 0 Marl Fee 0.95 Credit Class DL/FEID 650653585-02 Sales Tax Credit Months 0 Date Issued 11/7/2024 Plate Issued 9/412015 Ihahmtary Fees Good Total 274.05 IMPORTANT INFORMATION BECKS TOWING&RECOVERY INC 1. The Florida license plate meat remain with the teei:eraat upon sale of vehicle. 410 NE 5TH AVE 2. The registration must be delivered to a Tax Collector or Tag Agent for transfer to BOYNTON BEACH,FL 33436-3872 a replacement vehicle. 3. Your registration mart be updated to your new address within 30 days of moving. 4. Registration renewals are the responsibility of the registrant and shall occur during the 30-day period prior to the expiration dote shown on this registration. Renewal nob=are provided as a courtesy and we not required far renewal ptuposcs. 5. I understand that my driver lionise and registrations will be suspended immediately if the insurer denies the insurance information submitted for this registration. RUR-GVW WRECKER f r CO/AGY 6 /4 TS 2040677109 FLORIDA VEHICLE REGISTRATION BS 16206229 PLATE E9079C DECAL 18121495 Expires Midnight Wed 12/31/2025 YR/MK 201840NO BODY TT COLOR WHI Reg.Tax 270.10 Class Code 41 VIN 5PVIu$JN/G4852458 TITLE 123412804 init.Reg. Tax Months 12 Plate Type RUR NET WT 9840 GVW 25600 County Fez 3.00 Back Tax Moe 0 Mail Fee 0.95 Credit Class DUFEID 85065358542 Sales Tax Credit Mouths 0 Date Issued 11/7/2024 Plate Issued 11/19/2015 Vfohmtaty Fees (hand Total 274.05 IMPORTANT INFORMATION BECKS TOWING&RECOVERY INC 1 The Florida license plate must remain with the registrant upon sale of vehicle. 410 NE 5TH AVE 2 The registration must be delivered to a Tax Collector or Tag Agent for transfer to BOYNTON BEACH,FL 33435-3872 a replacancnt vehicle. 3. Your registration must be updated to your new address within 30 days of moving. 4. Registration renewals we the responsibility of the registrant and shall occur during the 30-day period prior to the expiation date shown on this registration. Renewal notices We provided as a courtesy and we not required for renewal purposes. 5. I understand that my driver license and registrations will be suspended immediately if the autos-denies the insurance information submitted for this registration. RUR-°VW WRECKER F FLORIDA VEHICLE REGISTRATION 2Z) B# 3746% PLATE D81278 DECAL 10251289 Expires Midnight Men 6/3012025 YR/MK 20031MFIR BODY TT COLOR BLK Reg.Tax 50.10 Class Code 92 VIN 9 IITLE 92261980 Unit.keg. Tax Months 12 Plate Type RTR NET WT 16600 County Fee 3.00 Back Tax Mos Mail Fee 0.90 Credit Class DIJFEID 66IS53665-02 Sales Tax Credit Months Date Issued S 1512024 Plate Issued 61251201E Voluntary Fees Grand Total 54.00 IMPORTANT INFORMATION BECKS TOWING&RECOVERY INC 1. The Florida license plate mist remain with the registrant upon sale of vehicle. 410 NE&THINE 2. The registration trust be delivered to a Tax Collector or Tag Agent for transfer to BOYNTON BEACH,FL 334364672 a replacement vehicle. 3. Your registration most be updated to your new address within 30 days of moving. 4. Registration renewals are the responsibility of the registrant and shall occur during the 30-day period prior to the expiration date shown on this registration. Renewal notices are provided as a courtesy and are not required for renewal purposes. 5. I understand that my driver license and registrations will be suspended immediately if the insurer denies the insurance information submitted for this registration. RTR-REGULAR WRECKER FLORIDA VEHICLE REGISTRATION T# CO/AGY 6 /9 2014409851 T# 395273 PLATE E044213 DECAL 18548157 Expires Midnight Wed 12/31/2025 YR/MK 2012/KW BODY TT COLOR WHI Reg.Tax 343.10 Class Code 41 VIN 2NKHHN7X3CU325310 TITLE 115373774 Init.Reg. Tax Months 12 Plate Type RUR NET WT 10686 GVW 33000 County Fee 3.00 Back Tax Mos Mail Fee 0.95 Credit Class DIJFEID 660663686412 Sales Tax Credit Months Date Issued 1111512024 Plate Issued 11/27/2017 Voluntary Fees Grand Total 347.05 IMPORTANT INFORMATION BECKS?OWING&RECOVER INC 1. The Florida license plate must remain with the registrant upon sale of vehicle. 410 NE 6TH AVE 2. The registration must be delivered to a Tax Collector or Tag Agent for transfer to BOYNTON BEACH,FL 33436-3872 a replacement vehicle. 3. Your registration must be updated to your new address within 30 days of moving. 4. Registration renewals are the responsibility of the registrant and shall occur during the 30-day period prior to the expiration date shown on this registration. Renewal notices are provided as a courtesy and are not required for renewal purposes. 5. 1 understand chit my driver license and registrations will be suspended immediately if the insurer denies the insurance information submitted for this registration. RUR-GVW WRECKER 2 0— CO/Al3Y 6 /4 TI 1961266617 FLORIDA VEHICLE REGISTRATION I ��'-' BI 15855816 PLATE D3311C DECAL 09928221 Expires Midnight Mon 06/30/2025 YR/MK 2016/FORD BODY TT COLOR NMI Reg.Tax 50.10 Class Code 92 YIN 1FDUF5GT$0EC47532 TITLE 123522739 Init.Reg, Tax Months 12 Plate Type RTR NET WF 7189 GVW 19000 County Fee 3.00 Badc Tax Mos 0 Mail Fee 0.90 Credit Class DUPER) 550653585-02 Saks Tax Credit Months 0 Date Issued 519/2024 Plate Issued 6/16/2016 Voluntary Fees Grand Total 54.00 IMPORTANT INFORMATION BECKS TOWING&RECOVERY INC 1. The Florida license plate must remain with the registrant upon sale of vehicle. 410 NE 5Th AVE 2. The registration must be delivered to a Tax Collector or Tag Agent for transfer to BOYNTON BEACH,FL 33435-3572 a replacement vehicle. 3. Your registration must be updated to your new address within 30 days of moving. 4. Registration renewals arc the responsibility of the registrant and shall occur during the 30-day period prior to the expiration date drown on this registration. Renewal notices are provided as a ootrtesy and we not required for renewal purposes. 5. I understand that my driver license and registrations will be suspended immediately if the insurer denies the insurance information submitted for this registration. RTR-REGULAR WRECKER CO/AGY 6 /9 TI 2044409117 FLORIDA VEHICLE REGISTRATION +1--cl BI 395272 PLATE BJ21AX DECAL 18548073 Expires Midnight Wed 12/31/2025 YR/MK 2023/H1NO BODY TT COLOR WHI Reg.Tax 343.10 Class Code 41 VIN 6PVNJ7BSEPST50192 TITLE 154017252 Init.Reg. Tax Months 12 Plate Type RUR NET WT 13500 GVW 29500 County Fee 3.00 Back Tax Mos Mail Fee 0.95 Credit Claus DL/FEID 650653586-02 Sales Tax Credit Months Date Issued 11/15/2024 Plate Issued 3/5/2024 Voluntary Fees Grand Total 347.05 IMPORTANT INFORMATION BECKS TOWING&RECOVEW INC 1. The Florida license plate mast remain with the registrant upon sale of vehicle. 410 NE 5T111 AVE 2. The registration met be delivered to a Tax Collector or Tag Agent for transfer to BOYNTON BEACH,FL 33436-3872 a replacement vehicle. 3. Your registration must be updated to your new address within 30 days of moving. 4. Registration renewals are the responsibility of the registrant and shall occur during the 30-day period prior to the expiration date shown on this registration. Renewal notices are provided as a courtesy and are not required for renewal purposes. 5. 1 understand that my driver license and registrations will be suspended immediately if the insurer denies the insurance inforrraation submitted for this registration. RUR-GVW WRECKER Billing Summary Report zte rn Beck's Towing & Recovery, Inc. 410 N.E.5th Ave. Boynton Beach,FL 33435 Period: 111/2024 through 11/7/2024 CITY OF BOYNTON BEACH Invoice P.O. Ticket Pick-up Location Destination Vehicle Amount 85095-1 1/11/2024 CASE#24- 85095 qwik stop 3001 N Seacrest Blvd BPD 2100 High Ridge Rd Boynton 2015 HONDA CR-V LX $192.00 001332 Boynton Beach FL Beach FL 85377-1 1/24/2024 CITY SHOP 85377 222 NE 9th Ave Boynton Beach RIVA MOTORSPORTS 3801 N TRAILER JET SKI & $165.00 FL Dixie Hwy Deerfield Beach FL 84545-1 1/26/2024 CITY SHOP 84545 222 NE 9th Ave Boynton Beach FLORIDA DETROIT DIESEL 2277 2009 SUTPHEN $750.00 FL NW 14th St Miami FL 85487-1 1/27/2024 CASE#24- 85487 3265 Orange St Boynton Beach BPD FL 2016 TOYOTA $192.00 2065 FL COROLLA ULE/S SERIES 85422-1 2/6/2024 CITY SHOP 85422 Riva Motorsports 3801 N Dixie CITY SHOP TRAILER JET SKI& $165.00 Hwy Deerfield Beach FL 85673-1 2/16/2024 CITY SHOP 85673 222 NE 9th Ave Boynton Beach BROWARD MOTORSPORTS TRAILER JET SKI & $125.00 FL 2300 Okeechobee Blvd West Palm Beach FL 85683-1 2/21/2024 CITY SHOP 85683 Broward Motorsports Bicycles CITY SHOP 222 NE 9th Ave TRAILER JET SKI& $125.00 Palm Beach 2300 Okeechobee Boynton Beach FL Blvd West Palm Beach FL 85955-1 3/20/2024 CITY SHOP 85955 National Collision Center 5425 CITY SHOP 222 NE 9th Ave 2015 FORD F350 $210.00 NW 9th Ave Fort Lauderdale FL Boynton Beach FL SUPER DUTY 86367-1 3/31/2024 CASE#24- 86367 5112 Cedar Lake Rd Boynton BPD 2100 High Ridge Rd Boynton 2021 MERCEDES-BENZ $229.50 5110 Beach FL Beach FL CLAAMG 354MATIC 86201-1 4/11/2024 CITY SHOP 86201 1187 Periwinkle PI Wellington FL CITY SHOP 222 NE 9th Ave 2017 FORD EXPLORER $180.00 Boynton Beach FL POLICE INTERCEPT 85845-1 5/17/2024 CITY SHOP 85845 222 NE 9th Ave Boynton Beach NATIONAL COLLISION &TRUCK 2022 INTERNATIONAL $250.00 FL CENTER 5425 Powerline Rd Fort MV607 Lauderdale FL Printed 11;712024 4 04.59 PM Page: 1 of 3 CITY OF BOYNTON BEACH Invoice P.O. Ticket Pick-up Location Destination Vehicle Amount 86902-1 5/22/2024 RELOCATE 86902 222 NE 9th Ave Boynton Beach RELOCATE DUE TO CITY ISUZU NPR $150.00 FOR CITY FL PARTY PARTY 86903-1 5/22/2024 RELOCATE 86903 222 NE 9th Ave Boynton Beach RELOCATE DUE TO CITY 2009 INTERNATIONAL $150.00 FOR CITY FL PARTY 4000 SERIES 4300 PARTY 86711-1 5/24/2024 CASE# 86711 Boynton PoLICE STATION 2100 NO CHARGE-BOYNTON 222 NE 2019 FORD EXPLORER $75.00 High Ridge Rd Boynton Beach FL 9th Ave Boynton Beach FL POLICE INTERCEPT 86905-1 6/7/2024 RELOCATE 86905 222 NE 9th Ave Boynton Beach RELOCATE 2019 FREIGHTLINER $150.00 ON CITY FL M2 106 MEDIUM DUTY PROPERTY 85746-1 6/21/2024 85746 222 NE 9th Ave Boynton Beach GENERAL GMC 360 N Military 2022 AUTOCAR LLC. $350.00 FL Trail West Palm Beach FL XPEDITOR 24-09807- 7/3/2024 BPD OFFICER 24-09807 222 SW Starfish Ave Port St T/C Boynton Beach FL 2023 FORD EXPLORER $450.00 1 HICKMAN Lucie FL POLICE INTERCEPT 87567-1 8/25/2024 87567 Boynton Beach Community High J/S Hummer $50.00 School 4975 Park Ridge Blvd Boynton Beach FL 87789-1 9/7/2024 CASE#24- 87789 2491 NW 1st St Boynton Beach BOYNTON BEACH POLICE 2019 MERCEDES-BENZ $199.50 12788 FL DEPT. 2100 HIGH RIDGE RD S 560 BOYNTON BEACH FL 87814-1 9/23/2024 87614 4402 Martinique Ct Coconut CITY SHOP 222 NE 9th Ave 2018 FORD EXPLORER $202.50 Creek FL Boynton Beach FL POLICE INTERCEPT 87853-1 9/27/2024 87853 201 E Sample Rd Deerfield T/C 2021 FORD EXPLORER $277.50 Beach FL POLICE INTERCEPT 87935-1 9/29/2024 87935 1108 Green Pine Blvd West Palm 2100 High Ridge Rd Boynton 2023 FORD EXPLORER $202.50 Beach FL Beach FL POLICE INTERCEPT 87937-1 9/30/2024 87937 City Shop 222 NE 9th Ave ENVIROMENTAL PRODUCTS SMALL STREET $165.00 Boynton Beach FL GROUP 1907 SW 43rd Terrace SWEEPER Deerfield Beach FL 88012-1 10/2/2024 FELONY 88012 Bpd 2100 High Ridge Rd Boynton CITY SHOP 222 NE 9th Ave 2018 BMW X3 $177.00 VEHICLE* Beach FL Boynton Beach FL XDRIVE30I KOCH 87950-1 10/14/2024 87950 Wawa 3420 SW Martin Hwy Palm CITY SHOP 222 NE 9th Ave 2022 GMC TERRAIN $390.00 City FL Boynton Beach FL SLE 88197-1 10/30/2024 88197 95 NB 1.5 MILES S OF DONALD T/C 2023 FORD EXPLORER $150.00 ROSS Jupiter FL POLICE INTERCEPT 106641-1 10/30/2024 106641 Kissimmee Shores Rd&State CITY SHOP 222 NE 9th Ave 2008 CHEVROLET $1,050.00 Road 60 E Lake Wales FL Boynton Beach FL SILVERADO C2500HD CITY OF BOYNTON BEACH $6,772.50 Printed. 11;712024 4 04 59 PM Page: 2 of 3 r 1 Report Total: ;6.772.50 Prmtee. 11/1/2024 404 59 PM Page: 3 of 3 Impound Lot Inventory Report Date: 11/25/2024 8:38 AM Beck's Towing Inc. -k- 9' . E Beck's Impounded Days Vehicle Req.By Bill To VIN Tag Job M Ticket I Member I P.O.Number Reason Hold 10104/24 52 Silver 1994 HONDA BOYNTON BEACH BOYNTON BEACH JHMCD5657RC008138 FL 106394 88019 CASEe24- Impound ACCORD EX POLICE DEPT POLICE DEPT NHDP48 014047 1010724 49 Blue 2008 NISSAN BOYNTON BEACH BOYNTON BEACH 1N4AL21E48N524211 FL 47EKIZ 106426 88033 CASEtt24- Accident ALTIMA2 52 5 S/2 5 POLICE DEPT POLICE DEPT 014187 SL 10/07/24 49 Red 2003 BOYNTON BEACH BOYNTON BEACH WDBKK49F53F287935 106430 88120 CASEs24- Arrest MERCEDES-BENZ POLICE DEPT POLICE DEPT 14198 SLK 230 Remarks 10'14'24 42 White 2005 NISSAN BOYNTON BEACH BOYNTON BEACH 1N4AL11D35C387979 FL 106488 88062 CASE024- Accident ALTIMASISL POLICE DEPT POLICE DEPT BZ58UU 14552 Remarks OWNER CALLED NOT HAPPY WITH CHARGES,HUNG UP AS I WAS READING THE CHARGES TO HER 11.16-2024 PER STATE FARM HER POLICY IS CANCELED I CALLED TO VERIFY 10-1524 OR REMOVED PERS ITEMS 10-15-24 CALLED ABOUT PERS ITEMS 10-1524 ASKED WHAT HAPPENS AFTER SHE GETS ITEMS OUT.ARGUED AS I EXPLAINED INS,NO INS.TITLE ETC.SAID OVER AND OVER SHE HAS FULL COVERAGE THEN HAD AN ATTITUDE AND HUNG UP 10/17.24 39 Green 1987 FORD BOYNTON CODE BOYNTON CODE IFDKF37LOHNA98434 106513 87902 CODE CODE F350 ENFORCEMENT ENFORCEMENT Remarks OWNER CALLED FOR CHARGES 11-14-24 KEEP PRICE 1287 50 ON MONDAY 11-18-24 OWNER CALLED FOR CHARGES 10-23-2024 TAG EXPIRED 2022 10/22.24 34 Silver 2008 FORD BOYNTON CODE BOYNTON CODE 1FAHP35N08W229040 106557 87904 CODE FOCUS SE.'SEL1SES ENFORCEMENT ENFORCEMENT 1029/24 27 Red 2024 TAOTAO BOYNTON BEACH BOYNTON BEACH L9NLTNBR8R1914833 106627 88195 CASE024- DUI B200 POLICE DEPT POLICE DEPT 15263 Remarks 18 PER DAY 103024 26 White 2009 HONDA BOYNTON BEACH BOYNTON BEACH 2HGFA16539H526486 NA NA 106637 88216 CASE1424- impound CIVIC LX POLICE DEPT POLICE DEPT 015314 Remarks. OR CALLED FOR CHARGES 11-14-2459240 CASH 11.7-24 Beck's 8 Vehicles Report printed from Dispatch Anywhere Page: 1 of 1 Beck's Towing Inc. 410 N.E.5th Ave. Boynton Beach,FL 33435 Ph: (561)369-1096 beckstowing@aol.com Invoice #88467-1 Date: 11/25/2024 For: _ BOYNTON BEACH POLICE DEPT. Due Date Terms P.O.Number 2100 HIGH RIDGE RD 12/25/2024 Net 30 CASE#24-016487 BOYNTON BEACH, FL 33426 From: 1625 S Federal Hwy, Boynton Beach,FL 33435 Service Date:1 1/25/2024 11:33:00 AM To: 410 N.E. 5th Ave.,Boynton Beach. FL 33435 Owner: NA Vehicle: White 2004 HONDA ACCORD EX EX V1N: 1 HGCM56814A026748 Phone#: 561 Tag: RENH31 FL Odometer. Member#: Ticket#: 88467 Qty Service Rate Adjustment Tax Amount 1.00 Flatbed Light $182.00 $0.00 $0.00 $182.00 2.00 Mileage $7.50 $0.00 S0.00 $15.00 1.00 Administration fee $50.00 $0.00 $3.50 $53.50 1.00 City of Boynton Beach Admin fee $45.50 $0.00 $0.00 $45.50 Total $296.00 Notes: If you have questions or complaints about a non-consent towing rate unable to be resolved by the towing company management,contact the Palm Beach County Consumer Affairs Division,West Palm Beach,Florida at 561-712-6600 or www.pbcgov.com/consumer Received By: Date: Page 1 of 1 Beck's Towing Inc. 410 N.E.5th Ave. Boynton Beach,FL 33435 Job #106874 Status: Impound Scheduled:: 1112512024 11:21:00AM REQUESTOR VEHICLE Requested By BOYNTON BEACH POLICE DEPT Make&Model White 2004 HONDA ACCORD EX EX Contact Vehicle 4 VIN 1HGCM56814A026748 Owner NA 561 Tag RENH31 Tag State FL Loc Landmark Key Location Yes Odometer Loc Address 1625 S Federal Hwy Reason Accident Boynton Beach FL 33435 Req Truck Flatbed Loc.Zone A Zone Notes DETAILS Dest'Impound Beck's PO= CASE424-016487 Dest Address 410 N E 5th Ave Pay Method Account Boynton Beach.FL 33435 Member No Dest Zone A Zone Member Limit Mileage Limit Bill To BOYNTON BEACH POLICE DEPT Co Pay Ticket# 88467 Quoted Price Actual Price: $296.00 Remarks SERVICES Flatbed Light S182 00 Mileage S15 00 Administration fee S53 50 City of Boynton Beach Admin fee S45 50 ASSIGNED TO TIME STAMPS Driver MERRICK MITCHELL Received 11/25/2024 11 02 AM Vehicle (12)Flatbed Dispatched 11:25/2024 11 02 AM Add1 Drivers Assigned' 11 25'2024 11 02 AM Confirmed 112512024 11 06 AM USERS INVOLVED -- -- En Route 11.252024 1106 AM Call Taker. KEN SONS Arrived 11:252024 11 09 AM Dispatcher KEN SONS Left Scene 11,252024 11 20 AM Cancelled By Dest Arrived 11.252024 11 30 AM Cancel Reason Finished. 11 252024 11 33 AM Job#106874 Page lofi PRWFESS INAL WRECKER OPERATORS OF ROMA uC.-ORLANDO.RAMA Y A,� ' s� �'� i "What the heck... Call Beck" 410 N.E. 5th Avonuo•Boynton Roach, Florida 33435 (561)369-1096•FAX (561) 369-0698 P.B.C.L.#TP 59 DATE TIME AM 1REOUESTED BY PM LOCATION OF VEHICLE YEAR MAKE/MODEL/COLOR DRIVER VEHICLE UCENSE R VIN NO. I I I I I I I I I l l I I I l SILL TO PHONE VEK MILEAGE OWNER ATTN R.O.NUMBER ADDRESS CITY STATE DP P.O.NUMBER TOWED TO ROAD SERVICE❑ NOT DRIVEABLE O HOIST TOW❑ KEYS 0 CARRIER 0 RELEASED TO DATE SIGNATUR-E MILES FREE MILES 0 PER MILE STORAGE CHG. DAYS AT PER DAY MEM a AUTH* TOWING LABOR REMARKS CAR COVER ADM.FEE PAY OUT 2ND TOW INSIDE STORAGE 0 HOLD 0 TAX AUTHORIZED SIGNATURE TOTAL SIGNING THIS FORM RELEASES BECK'S TOWING&RECOVERY FROM ANY UABIUTY 8854 9 Remember,professional service doesn't cost.It simply pays' Lade ritIsicte Sid BASIC LEASE INFORMATION Lease Date: lanuan . 2024 Landlord: l.vnmack,LLC,a Florida limited liability compam I•enant: flecks lowing di itecoverf.Inc LIN: 65-0653585 Premises: Suite 8 .containing approximately rentable square feet. located in the building eommonl) known as 1500 SW 3U' Ayr., Boynton Beach. Fl. 33126)the "Building.!. the Premises arc outlined on the plan attached to the Lease as Lahibit A The term"Property" shall collectively refer to the Building. the land on tthich the Property is located and the driveways. parking facilities. and similar improvements and easements associated ttith the foregoing or the operations thereof. Deliver Date: the later to occur ot la) the Effective Date of the Lease. and (h1 Landlord's receipt ot it the ('repaid Rent pursuant to Section 4 of the Lease.(tit the Security Deposit pursuant to Section 6 of the Lease:and(nil the ceniticate of insurance pursuant to Section 11 of the 1 ease. Term: 1welse 1I21 full calendar months, plus any partial month from the('ommeneement Date to the end of the month in which the(ommencement Date falls. staving on the Commencement Date and ending at 5:00 p.m. local time on the last da) of the tweltith 1121 full calendar month following the Commencement Date(the"F.xoiration Date"I Permitted l se: light Industrial;Iles ol'lice•warehouse.in compliance with Section 9 of the Lease. Commencement Date: ( pan fully executed I ease Base Rent: Base Rent shall be the f011owing amounts for the Hollowing periods of time: Parking Density: \o More than 3 parking spots per I.11(H)SI . Period Annual Base Rent Base Rent Sales Ta>, Pro-Rated Share of Total Monthly Per Sq Ft Operating Expenses* Amount Due January 1.2024—Dees Cher 31.2024 $16.48 S1.812.80 S99.70 $77.20 S2.684.70 • Operating t.spenses are also referred to as Sdditional Rent- ttreakdawn for reference purposes mil). Article Definition Price Per Sy Ft Pro-kata Share SF Month') Amount • _ 4.2.1 Operating('octs S 2.15 11'0 S236.50 4.2 2 insurances S 2.15 - 1120 S236.50 4.2.3 Real Estate taxes S'_.7_2 1320 S299.'_1) • Security Deposit: three Thousand Three I tundred Dollars WOO(5:,:00.00) Additional Rent. I enant's Proportionate Share oft)perating Costs and I aces(see table Alm e). Rent: Base Rent. Additional Rent,and all other sums that tenant may owe to landlord or otherwise he required to pay under the Lease LANDLORD AND TENANT EXPRESSLY DISCI.AIM ANY IMPLIED WARRANTY THAT THE PREMISES ARE SUITABLE FOR TENANT'S INTENDED COMMERCIAL PURPOSE,AND TENANTS OBLIGATION TO PAY RENT HEREUNDER IS NOT DL•PL'NDI:N1 UPON THE CONDITION OF THE PREMISES OR THE PERFORMANCE KY LANDLORD OF ITS OBLR ATIONS HEREUNDER. AND. EXCEPT AS OTHERWISE EXPRESSLY PROVIDED HEREIN. TENANT SHALL CONTINUE TO PAY THE RENT, WITHOUT ABATEMENT.DEMAND.SETOFF OR DFF)UCTIU'.NI)TWITHSTANDI`G ANY BREACH BY LANDLORD OF ITS DUTIES OR OBLIGATIONS HERR tiDFR. WHETHER EXPRESS OR IMPLIED This Lease is executed as of the Lease Date las Joined in the Basic Least Information,. LANDLORD I.vnmaak.LL'. a Florida lirn'i ed ItatAity c iRipany 1 H . i 1�' �:31if . Name.5tevcnjD.Ma - Ks.'vl:utabcr _ _ > TENANT Bc0k'• [ �.t:de ��a Rccoy,Inc, 1 B.�j, _ �) Name:Swett a Beck t lU:Vt:c 1':... is .. 1✓ -- I IS EXHIBIT A ,I.EGA I.DES('HIPTION t AWSON r;) \ ,")-f- .4 M1i IGI I INDI)51RIA L;(;)'NTON BEACH 13-3 John I. Leonard Community High School Vit. .. Home' f t, Al lr ty Lancerew Melissa Patterson Principal April 24, 2019 Beck's Towing& Recovery Inc. 410 North East 5th Avenue Boynton Beach,Fl 33435 Our Friends at Beck's Towing& Recovery, On behalf of John I. Leonard High School, I would like to thank you for your generous donation $750 to our ESE department to assist with the cost of prom for our special needs seniors. The monies will allow for the students to a wonderful memory that they may not have had without your generosity. It is individuals and businesses, like yourself,who are making a true difference in the lives and education of our students. The students,and teachers,of John I. Leonard rely on the generosity of donors such as yourself and are grateful for your continued support. Thank you once again. S• ) 0 I� 1p •e i• . P. -Fn Princ pal MP:carri 47u1 T1'uth 4 renut'kknrth•(;r•.•••na:-r e.F.P7.,rid t 4346.-;• P!1.•ne(.61441-kW • Fax(56z)4g 1''l!('ch..,il r)1titrict f'i rain;Reck h C'?(i,C.•pi•i/i rhit.di urin(1not, ne..1171.a 1•iht(nt.S.t`n171Lnioc:c. Ilk UJ plicanb:on the hw I-.•If 1•eliglt,N.1'ni(.illEtltt'(tti,?:(!li,)'UI.1ri,)1.1..'1v11:.eq..l.Maritcll5t11fU!,.h7t p11 Ci1t(!:ct(1tU`anddisahilitil in an ii fits rnparW:.. services or 11cri1•iG,' CONFIRMATION OF DRUG-FREE WORKPLACE IDENTICAL TIE SUBMITTALS Preference shall be given to businesses with drug-free workplace programs. Whenever two or more submittals which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a submittal 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 submittals will be followed if none of the tied Professionals have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) 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. 2) 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. 3) Give each employee engaged in providing the commodities or contractual services that are under submittal a copy of the statement specified in subsection(1). 4) In the statement specified in subsection(1), notify the employee that,as a condition of working on the commodities or contractual services that are under submittal,the employee will abide by the terms of the statement and wdl notify the employer of any conviction of,or plea of guilty or nolo contendere to, any violation of Chapter 883 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than 5 days after such conviction. 5) impose a sanction 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. 8) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign me statement,I certify that this flan complies fully with the above requirements. :,• - sionai's S •e: re AC RO O® CERTIFICATE OF LIABILITY INSURANCE DATE `MM00 YE) 4.,.,./` 11/22/2024 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 endorsement(s). PRODUCER CONTACT RAMS: Jennifer Benedetto P Chase Insurance Agency, Inc HONE --_ -. FAX 333 N W 70 Ave;#108 ,A eat:954-792-4300 I_(A5 Nom:954-791-9344 Plantation FL 33317 AOORE1s¢; lennlfer'•'chaseinsurance.net INSURER(S)AFFORDING COVERAGE NAIC S INSURERA:Florida Citrus,Busl&Indus 31269 INSURED BECKS-1 INSURER B:Insure Insurance Company 22225 Beck's Towing&Recovery, Inc _. 410 NE 5th Ave INSURER C: Boynton Beach FL 33435 INSURER D,: - --_ —r INSURER E: .4-- INSURER F: COVERAGES CERTIFICATE NUMBER:1524807753 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 TYPE OF INSURANCE IADDL a(r�_......_.__ .-. -...1 POLICY EFF I POLICR EXP l -.--._ LTR, INSO i VAR)' POLICY NUMBER I(MMJOO)Yyrn„chiettootyvvr Men 8 X COMAERCw-OSNERAL LJASIUTY Y 149 TTS FL 100264-01 8/3/2024 I 8/3/2025 EACH OCCURRENCE $1,000,000 1 CMS MADE L X Wi OCCUR l I.!M SES(Es occuRancel ,$100,000 --_ I MED EXP(Any one person) $5,000 _I ��T -_ 'PERSONAL 6 ADV INJURY $1,000,000 (r1EN1.AGGREGATE LMR APPLES PER: I I I GENERAL AGGREGATE 12,000,000 r lI POLICYTi J � LOC j I r PRODUCTS-COMP/OP AGO 52,000,000 f OTHER. .. 1 B AUTOMOBILELIABLITY i ; 149TTS FL100264-01 8/3/2024 8/3/2025 �BINEDSINGLEt) LIMIT 51,000,000 1F�twd0en 1 ANY AUTO I BODILY INJURY(Per person) S - OWNED ' x 1 SCHEDULED { I._ AUTOS HIRED ONLY NAUTOS ON-OWNED BODILY INJURY(Paecc/6ent)�S PROPERTY DAMAGE X1 AUTOS ONLY x AUTOS ONLY 'POLEa}j) '1 Ii PIP 110,000 UMBRELLA LIAR OCCUR r i EACH OCCURRENCE $ I EXCESS LAB CLS-MADE' J AIMI AGGREGATE 1 i DED 1 1 RETENTION 1 I 1 A WORKERS COMPENSATION I 10653553-2024 , 11/2412024 1 11/24/2025 iI_ PER EI 24"- AND EMPLOYERS'LIABILITY Y I N BTAME --. �ANYPROPRIETOR/PARTNER/EXECUTIVE I J OFFICERAIEMBEREXCLUDED? U;N/A E L.EACH ACCIDENT i 1,000.000 Mandll yes.atory under) ; I E.L.DISEASE-EA EMPLOYEE $1,000,000 �� �DESCRIPTION OF OPERATIONS below I ! E.L.DISEASE-POLICY LIMIT $1,000,000 B Ga'agokeepors Legal LlabStty 149 TTS FL 100264-01 } 8/3/2024 83/2025 11000 Dad 5150,000 8 i On-Hook 5 Cargo I j 149 TTS FL 100254-01 8/3/2024 8/3/2025 $150,000 , f I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD lei,Additional Remarks Schedule,may be attached M mare apace le requited) Garagekeepers Legal Liability covered locations: 410 NE 5th Ave.,Boynton Beach,FL 33435&1499 SW 30th Ave.,Boynton Beach,FL 33426. The City of Boynton Beach,it's officers,employees and agents are included as additional insured where required by written contract. CERTIFICATE HOLDER CANCELLATION 30 DAYS& 10 FOR NON-PAYMENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Boynton Beach PO Box 310 AUTNORIZEDREPRESENTATIVE Boynton Beach FL 33425 em ez,A, C6ot'_ ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD V do R .a.n Z � oh O NON-COLLUSION AFFIDAVIT AND CERTIFICATION OF PROPOSER TOWING AND STORAGE SERVICES RFP No. PD25-015 TO BE COMPLETED AND UPLOADED ONLINE State oftY-171('1 Cou of Lel l i ;'JC at ) • r1TUi , being first duly sworn, deposes and says that: Cup ���, l�� .-fQetovei -11( 1) He/ he ' of ? , e proposer that (Title) (Name of Corporation or Integrator) has submitted the attached RFQ, RFP, or BID: 2) He/She is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said RFQ, RFP, or BID is genuine and is not a collusive or sham RFQ, RFP, or BID; 4) Further, the said proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other proposer, integrator or person to submit a collusive or sham RFQ, RFP, or BID in connection with the Contract for which the attached RFQ, RFP, or BID has been submitted or to refrain from bidding in connection with such Contract,or has in any manner, directly or indirectly,sought by agreement or collusion or communications or conference with any other proposer, integrator or person to fix the price or prices in the attached RFQ, RFP,or BID or of any other proposer,or to fix any overhead, profit or cost element of the RFQ, RFP, or BID price or the RFQ, RFP, or BID price of any other proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the proposer or any of its agents, representatives,owners, employees, or parties in interest, including this affiant. 6) VENDOR shall disclose below,to their best knowledge,any City of Boynton Beach officer or employee,or any relative of any such officer or employee as defined in Section 112.3135(1) (c), Florida Statutes (2022), who is an officer of director or, or has a material interest in, the VENDOR's business, who is in a position to influence this procurement. Any City of Boynton Beach officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed,for purposes hereof, to be In a position to indirectly own any of the total assets or capital stock of any business entity owned or operated by the VENDOR, or if they otherwise stand to personally gain If the contract is awarded to this VENDOR. 7) Failure to submit this executed statement as part of the bid shall make the bid nonresponsive and not eligible for award consideration. In the event the VENDOR does not indicate any names,the CITY shall interpret this to mean that the VENDOR has indicated that no such relationships exist. Failure of a VENDOR to disclose any relationship described herein shall be reason for termination of bid or award, whichever is applicable, with no time to cure. PD25-015—Towing and Storage Services 40 NAME RELATIONSHIP R A- vi (-A- Witnesses: VENDOR: " /Ce--- Signed: AL./a i L. / ke" - Typed name: (n St)Yls �� Name: 2dIri riAl $ 1✓ C ) At 1/LV7v Title: Typed na e: ' ey 11ICi'n ,M,r}Gi/Ci-I The foregoing instrument was acknowledged before me, by means er 'physical presence or 0 online notarization, this 1 day 0 L)\7 , 20 2( by 5r-e f ila il I'(4 I6 '(/--, who i personally known to me or who has produced as iden i ca Ion. Subscrd and sworn to befor_ nyi This day of N , 20 2 1 r 1 n /� r otary Public(Signature) My Commission Expires: cd (Signed) Gt,Plitt /C-1/L, (Title) vp • iQY''s' ': ABBY COOK ;,-�`.o€ MY COMMISSION#HH 303065 '•'+ '':,r•. EXPIRES:August 21,2026 PD25-015—Towing and Storage Services 41 CERTIFICATION PURSUANT TO FLORIDA STATUTE §287.135 TOWING AND STORAGE SERVICES RFP No. PD25-015 TO BE COMPLETED AND UPLOADED ONLINE I. - v hi e ?U n behalf of ? V c 1-414 ' certny /,Print Name and Title Company Name that 1-'(4S VW! f-Peto► does not: Company Name C- 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract.The City shall provide notice, in writing, to the Consultant of the City's determination concerning the false certification. The Consultant 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 Consultant 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 Florida Statute§287.135. Section 287.135, Florida Statutes, prohibits the City from: 1)Contracting with companies for goods or services if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Consultant, I hereby certify that the company identified above in the section entitled "Consultant Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with THIS PAGE TO BE SUBMITTED[N ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE PD25-015—Towing and Storage Services 42 L activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. I OVU(Vr + ec � T - 4 All C ; CA. COMPANY NAME SIG •TURE --Ct10116 e eJeck. \,/r PRINT NAME TITLE The foregoing instru rent was acknowledged before me, by means of physical presence or ❑ online A. AV t. . • •ay of � V 2O byJ lelMa /1-9et"f^- who is .ersonally known o me or who has produced as identific. •. Subscribed and sworn to before me This day of (VDV ,20203.A))(14XL,J1-X- Notary Public(Signature) My Comm ssion xpires: 'kt: ABBY COO'( •'.; '�•��c' MYECOMRMESIS:SAIuOsAty30 5 THIS PAGE TO BE SUBMITTED IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE PD25-015—Towing and Storage Services 43 o‘ CITY OF BOYNTON BEACH E-VERIFY FORM UNDER SECTION 448.095, FLORIDA STATUTES TOWING AND STORAGE SERVICES RFP No. PD25-015 TO BE COMPLETED AND UPLOADED ONLINE Project Name: TOWING AND STORAGE SERVICES Solicitation No.: PD25-015 1. Definitions: "Contractor"means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to,a vendor or consultant. "Subcontractor means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E-Verify system"means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2. Effective January 1,2021, Contractors,shall register with and use the E-Verify System in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and c) Should contractor become the successful Contractor awarded for the above-named project, by entering into the contract, the Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility,"as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien.The Contractor shall maintain a copy of such affidavit for the duration of the contract. 3. Contract Termination a) If the City has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09 (1) Fla. Stat., the contract shall be terminated. b) If the City has a good faith belief that a subcontractor knowingly violated s. 448.095 (2), but the Contractor otherwise complied with s. 448.095 (2) Fla. Stat., shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. THIS PAGE TO BE SUBMITTED IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE PD25-015—Towing and Storage Services 44 c) A contract terminated under subparagraph a) or b) is not a breach of contract and may not be considered as such. d) Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. e) If the contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for- al period of 1 year after the date of termination. Company Name: ' 5 IOM1 ) tj C,OV" 3 VV --- Authorized Si nature: ,{,t✓4_-t !'`e {/`-- __ Print NameeQ ✓I ,� 1(� Y7 K� Title " T Date: t I 2 L f ` Phone: ? t STATE OF (0 OA(1 COUNTY OF Pa. t ht( 4-- The foreg g instrument was ac$ ow1edged before me by eans of physical presence or o online notarization, this day of ti by , i--.{V/141 Te' r�C 1.—on behalf of V �'►i ►7 )1 (O f a/she is ersonally known rto me or as produced as identification. S ification. _ NOTARY PUBLIC y - ABBY COOK ( ,Z• :1!"•'!`::1:5: ,'„ ttnped)4upu1t 21,2026 Title or Rank Serial number, if any THIS PAGE TO BE SUBMITTED IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE PD25-015-Towing and Storage Services 45 /7144' Ov ETON AFFIDAVIT OF COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS TOWING AND STORAGE SERVICES RFP No. PD25-015 TO BE COMPLETED AND UPLOADED ONLINE In accordance with section 787.06 (13), Florida Statutes, the undersigned, on behalf of the entity listed below ("Entity"), hereby attests under penalty of perjury that: Entity does not use coercion for labor or services as defined in Section 787.06, Florida Statutes, entitled "Human Trafficking." Date: /i °V 1 , 20? 1 Signed: �411, 1 , ) UAL"( 6 CA Entity: [(i SPAAAVIC3 C Com'.' Name: 5 Fla 't (C; il)��C��'��i +� ' V Title: STATE OF A Ch�(- CG— COUNTY OF �'li `oevl (>f'C, 6 The foregoing instrument was acknowle ged before m b means oj,‹physical presence o 0 online notarization, this �7 day of (v(� V , 20 by -{? C�c l��' x'�'�- as for Tetvk "i ii -f pp( �' , who is pers mown ane or w . has prod -d j as identification. N. r \L Notary Public Signature: State of Florida at Large (Seal) Print Name: I lit AiliY4:,.,K My commission expires: n"..1 MYCOut.i,:SStOtI303065 EX1-ii.E:;:..0..tiSt21,2026 THIS PAGE TO BE SUBMITTED IN ORDER FOR BID PACKAGE TO RE CONSIDERED COMPLETE AND ACCEPTABLE PD25-015-Towing and Storage Services 47 L DIVISION Of CORPORATIONS !)P/1:LJ91I UJ gietz.ogr C U�'pj�'ADrrrjl r. ur i,(lifitd:face of :rb•Irr Department of State I Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation BECK'S TOWING&RECOVERY, INC. Ealing Information Document Number P96000019440 FEI/EIN Number 65-0653585 Date Filed 02/29/1996 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 05/08/2017 Event Effective Date NONE Principal Address 410 N.E. FIFTH AVE. BOYNTON BEACH,FL 33435 Changed:02/10/2005 Mailing Address 410 N.E. FIFTH AVE. BOYNTON BEACH, FL 33435 Changed: 02/10/2004 Registered Agent Name&Address BECK, STEVEN E 410 N.E. FIFTH AVE. BOYNTON BEACH, FL 33435 Address Changed:02/10/2004 •r .}^y,,; ABBYCUOK �'• :a MY COMMISSION,'t i M 303665 Officer/Director Detail •1 ?'d EXPIRES:August 21,2026 Name&Address — Title D BECK, STEVEN E 410 N.E.FIFTH AVE. BOYNTON BEACH, FL 33435 Title V BECK, STEPHANIE 8943 THUMBWOOD CIR#C BOYNTON BEACH, FL 33436 Annual Reports Report Year Filed Date 2022 01/25/2022 2023 01/13/2023 2024 01/12/2024 Document Images 91/12/2024--ANNUAL REPORT View image in PDF format Q1/1312023-ANNUAL REPORT View image in PDF format 01125/2022—ANNUAL REPORT View image in PDF format Q1/19/2021—ANNUAL REPORT View image in PDF format 01/3112020—ANNUAL REPORT View image in PDF format 02/1312019--ANNUAL REPORT View image in PDF format 03/252018—ANNUAL REPORT View image in PDF format 05/08/2017--Amendment View image in PDF format 02110/2017—ANNUAL REPORT View image in PDF rennet 01/25/2016—ANNUAL REPORT View image in PDF format 01/14/2015--ANNUAL REPORT View image m PDF format 91/16/2014--ANNUAL REPORT View image in PDF format 02/12/2013—ANNUAL REPORT View image in PDF format 01/16'2012-ANNUAL REPORT View image in PDF format 92/04/2011—ANNUAL REPORT View image in PDF format 02/18/2010—ANNUAL REPORT View image in PDF format 04/23/2009--ANNUAL REPORT View image in PDF format Q1/08/2008--ANNUAL REPORT View image in PDF lomat 91/22/2007—ANNUAL REPORT View image in PDF format 91/24/2006—ANNUAL REPORT View image M POF format 02/1012005—ANNUAL REPORT View image in PDF format 92/10/2004--ANNUAL REPORT View image in PDF format 01/03/2003--ANNUAL REPORT View image in PDF format 93/24/2002--ANNUAL REPORT View image in PDF format 02/01/2001—ANNUAL REPORT View image in PDF format 98/17/2000—ANNUAL REPORT View image in PDF format 07122/1999—ANNUAL REPORT View image in PDF format 02/18/1998—ANNUAL REPORT View image in PDF format 91/29/1997—ANNUAL REPORT View image in PDF formal 02/29/1996—DOCUMENTS PRIOR 10 1997 View image in PDF format tssTY `G �tiACB CO T3 > \G2 t'et2 Maximum Non-Consent Towing & Immobilization Rates 40RIQ Division of Consumer AlLiirti Rate Type Fiscal Year 24 Fiscal Year 25 10/1/23 -9/30/24 10/1/24 -9/30/25 Private Property Impound Tow Class A Flat Rate $142 Flat Rate $146 Class B Flat Rate $250 Flat Rate $258 Class C Flat Rate $355 Flat Rate $366 Class D Flat Rate $355 Flat Rate $366 No other fees may be imposed for the first 24 hours the vehicle is in the care, custody and control of the towing operator, except: a) applicable storage fees may be charged after the proper police authority has been notified and the vehicle has been in the possession of the towing operator for at least 6 hours and b) "extra time at scene"when a law enforcement agency is called/involved and when the officer's name and badge number and detailed explanation is provided. Police Directed Tow Class A $177 $182 Class B $263 $271 Class C—applies to non-commercial vehicles only $392 $404 Class D—applies to non-commercial vehicles only $562 $579 Per mile fee for Police Directed Tow Class A $7.50 $7.50 Class B $8.50 $8.50 Class C $10.00 $10.00 Class D $12.50 $12.50 Outdoor storage per 24 hrs.-vehicles 25'or less after first 6 hours $29 $30 Outdoor storage per 24 hrs.—vehicles longer than 25' after first 6 hours $40 $41 Outdoor storage per 24 hrs. -motorcycles, ATVs, scooters, other small personal vehicles after first 6 hours. $18 $18 1 of 3 Rev.8/2024 Rate Type Fiscal Year 24 Fiscal Year 25 10/1/23 -9/30/24 10/1/24-9/30/25 Indoor storage per 24 hrs. -vehicles 25'or less after first 6 hours. $40 $41 Indoor storage per 24 hrs. -vehicles longer than 25' after first 6 hours. Applies to non-commercial vehicles only. $58 $59 Indoor storage per 24 hrs. -motorcycles, ATVs, scooters, other small personal vehicles after first 6 hours. $23 $23 Drop Charge—When the vehicle/vessel owner or authorized driver/agent arrives at the scene prior to the vehicle/vessel being removed or towed from the property, the vehicle/vessel shall be disconnected from the tow truck and the vehicle/vessel owner or authorized driver/agent shall be allowed to remove the One-half of the posted rate for such vehicle/vessel without interference upon payment of a reasonable service fee of not more than one-half of towing service the posted rate for such towing service. Administrative/Lien Fee—Applicable only after 24-hours from time of police report. Must show proof that ownership search is conducted, and police agency authorized the vehicle/vessel to be impounded or police agency has been notified by the tow truck company that the tow truck company is in possession of a vehicle/vessel as a result of a private property impound. Fees in excess of this administrative/lien flat fee may be charged by the tow company for actual expenses incurred to meet requirements such as lien $50 maximum flat fee plus actual 3rd notification letters, certified mail receipts,advertisements or any other requirement as imposed by Section party fees 713.78, Florida Statute so long as the tow company has detailed supporting proof of actual expenditures (i.e. invoices, bills, payments) and are kept on file with the tow company. After Hour Gate Fee—may not be applied between the hours of 7 a.m.and 6 p.m.Monday through Friday (excluding federal holidays) and not for 1 hour after a vehicle has been impounded all other times when: a. Impounded vehicles/vessel are recovered by the owner or authorized driver/agent; or $39 b. The owner or authorized driver/agent wishes to recover property from an impounded vehicle/vessel. Extra Time at Scene-First one-half hour to be included in the initial cost per call. Charges are in 15 minute intervals. All extra time/labor shall be documented by the tow truck operator and shall include the name of the law enforcement agency and the law enforcement agency case number or the officer's 25%of applicable towing fee in 15 name and badge number. The documentation shall also include a detailed explanation of the services minute intervals rendered which necessitated the charges and if possible photographs of the scene. Page 2 of 3 Rev.8/2024 Rate Type Fiscal Year 24 Fiscal Year 25 10/1/23 - 9/30/24 10/1/24 - 9/30/25 Underwater Recovery-Performed by a certified/professional diver with the written documentation and approval by the investigating law enforcement agency/officer. $100 plus cost per hour (port-to-port) Hazardous material clean-up and disposal as required, mandated and/or licensed through state or local laws and approved by the investigating law enforcement agency/officer. Towing company prevailing rates Credit Card Convenience Fee—fee that may be assessed and added to an invoice, if a credit card is used for the transaction. The fee is intended to offset the cost associated with accepting credit card payments. Not more than 3%of the invoice IMMOBILIZATION SERVICES Release of immobilization device(s) per vehicle $77 $80 Credit Card Convenience Fee—fee that may be assessed and added to an invoice if a credit card is used for the transaction. The fee is intended to offset the cost associated with accepting credit card payments. Not more than 3%of the invoice The next adjustment will occur 10/1/2025 in accordance with the Towing and Immobilization Services Ord. Page 3 of 3 Rev.8/2024