R92-13RESOLUTION NO. R92-/~
A RESOLUTION OF THE CITY COMMISSION OF
THE CITY OF BOYNTON BEACH, FLORIDA,
AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE A CONTRACT BETWEEN THE CITY OF
BOYNTON BEACH AND MURPHY'S TOWING, INC.;
APPROVING THE RATE SCHEDULE SUBMITTED BY
MURPHY'S TOWING~ INC.; A COPY OF SAID
CONTRACT AND RATE ~CHEDULE ARE ATTACHED
HERETO AS EXHIBIT A"; AND PROVIDING AN
EFFECTIVE DATE.
WHEREAS, the City Commission of the City of Boynton Beach,
Florida upon recommendation of staff, deems it to be in the best
interest of the citizens and residents of the City of Boynton
Beach to authorize the Mayor and City Clerk to enter into a
Contract with Murphy's Towing, Inc.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF BOYNTON BEACH, FLORIDA THAT:
~ection 1. The Mayor and City Clerk are hereby directed
to execute a Contract between the City of Boynton Beach and
Murphy's Towing, Inc., and approving the Rate Schedule submitted
by Murphy's Towing, Inc., said Contract being attached hereto as
Exhibit "A".
Section 2.
upon passage.
This Resolution shall take effect immediately
PASSED AND ADOPTED this ~/ day of January, 1992.
ATTEST:
T6W'~NG:CONk-. :
CITY OF BOYNTON BEACH, FLORIDA
Mayor
.
CITY OF BOYNTON BEACH
TOW SERVICE CONTRACT
{Accidents, City Owned or Leased Vehicles,,, Police/Crime Scene/Confiscated
Vehicles, Code Enforcement Vehi~cles)
January~ 1992
to
JanuaryS, 1994
TABLE OF CONTENTS
Section
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
Rates ...... . ................................
Term ........................................
Award .......................................
Competency of Bidders .......................
Specifications ..............................
Wreckers
One
hicles ....
; and Property .........
and-Personal Property...
Vehicle ................
and Right to Access
Harml ess ...........
LaWS ann Ordinances
Page
1
1
2
3
5
6
8
9
10
10
10
11
11
11
12
12
13
14
14
15
15
15
18
18
19
19
20
20
21
21
22
22
24
24
24
25
25
26
26
26
27
27
27
44
45
46
47
48
49
50
51
52
53
54
Performance Bond ............................
Disposal of Vehicles ........................
Relationship of Parties .....................
Compliance with Laws ........................
Notices Between Parties .....................
Venue/Severabiltty .........................
Agreements Outsi~e of Contract .............
Modification of this Agreement .............
Time Relative to Performance ...............
Cost of Litigation .........................
Attachments ................................
Price Quotes ............................
Statement of. Corporation Officers ........
Proper ProcedUre for City Ordinances -
Section 10-52 .....
Insurance Requirements ...................
27
28
28
29
29
29
30
3O
3O
31
31
32
35
38
40
10/14/91
REQUEST FOR BID PROPOSAL8 FOR PROVIDING TOWING SERVICES
(ACCIDENTS, CITY OWNEU
OR LEASED VEHICLES, POLICE/CRIME scENE/CONFISCATED VEHICLES,
CODE'ENFORCEMEN,~*gEHiCLES)
The
providing
should be
shall
City
towing and s~torage
inccrporate directlyor by
reference
~City.
~criteria.
the terms
proposals for
Ail proposals
Ail proposals
and conditions
hereinafter set forth and such terms and conditions shall constitute
the basis for a contract for towing services between the City of
Boynton Beach and the successful bidder.
T~RMS AND CONDITIONS
%. P~ATES
The rates charged by
Commission are only applicable to the
bid. The rate charged by the contract
materials, and equipment shall not be
the successful bidder as approved by the City
terms and conditions of this
to provide all labor, tools,
greater than the applicable
maximum rates as provided by the Contractor herein.
2. TERM
The term of the contract will be for two (2) consecutive years.
Prior to the end of the term this contract requests for bid
proposals will be sought. The City reserves the right to cancel
said contract at any time in the event it deems that the contractor
fails to maintain the required minimum standards.
Revised 10/14/91
CONSIDERATION FOR AWARD/AWARD PROCEDURES
A.
The award of this contract shall be made to the best
responsible proposer meeting the specifications set forth
herein which serve the best interest of the City based on the
following criteria:
1. The lowest total quote on the rate schedule form. The
City shall use multiples based on past experience for all
categories of rates.
2. Ability of the proposer to provide the required services
as regards to extent and condition of equipment and
facilities, record keeping procedures, competency of
staff, financial support, and exceptions taken to
contract terms, conditions and specifications.
3. Experience, qualifications, training and past
performance of the proposing tow company owners and
officers, and persons who will be directly involved in
managing the service on a daily basis.
4. Substantiated complaints received by the City concerning
misconduct on the part of the Contractor such as
excessive charges, poor business practices, damage to
vehicles, etc.
Evaluation of proposals will be conducted by a committee
comprised of City staff, who will evaluate all responsive
proposals received from proposers who meet or exceed the
contract specifications based upon the information and
2
RevXsed 10/X4/9~
references conta2ned in ~lle bid proposals as submitted and an
inspection of the pro~aosers facll~ties, equipment, record
The committee, will make its
recommendations to the C~t¥ Manager sn the form of a ranked
list of all proposers. The City Manager shall in turn make
his recommendation to the City Commission.
The City-~e~erves the right~ based upon its deliberations and
in its opinion, to selec,t the winning proposal.
4 COMPETENCY OF BIDDERS
A. ~ Bids will be considered only from firms engaged
full time in
the towing business who can produce evidence that they have an
established satisfactory record of performance for a period of
time not less than 2 years.
Have satisfactory financial support, required equipment and~
organization sufficient to ensure that they can satisfactorily
execute the services, if awarded a contract, under the terms
and conditions stated herein.
Attended the pre-proposal conference.
The term "equipment and organization" as used herein shall be
construed to mean a fully equipped and well established
company as determined during selection process by the City of
Boynton Beach.
Revised 10/14/91
E. Bidder. agrees that It w111, at
selected, fulfill and ~omply
regulations and requirements of
county of Palm Beach, State of
of America, and any and all
]urisdiction over providing
contemplated herein.
The proposer shall submit the following
proposal:
its sole cost and expense, if
with all laws, ordinances,
the Clty of Boynton Beach,
Florlda, in the United States
governmental agencies havlng
services of the nature
information with the
1. The number of towing/recovery vehicle operators that are
employed and whether on a full-time or part-time basis.
2. The amount of training the owner(s) and towing/recovery
vehicle operators have received during the past two (2) years.
3. List of present contracts held and contracts previously held
during the past two (2) years. List identifying the
firm/organization, contact person, address, phone number,
length of time contract held and total dollar amount of the
contract.
4. Provide a list of equipment and compounds. Any equipment
o
submitted in the bld proposal to be considered should be
operational/road ready at the time of bid proposal submittal
and should remain operational/road ready during the selection
process for the awarding of this contract.
All necessary County, City and other licenses and permits as
may be required to operate the type of requisite business.
4
Revised
Names and addresses of all persons having~ a financial interest
in the business, such ~s but not limited to, individual
owners, partners~ ~limited partner%, officers,
stockholders indebted to the towinq company in
$2.~00 at the time of the Bid submission.
directors,
excess of
requested information will be cause
Fallure to submit above
for re]ection of bid proposal.
~; SPECIFICATIONS'~
1, The contractor shall maintain and have available at all times
fo~ inspection by authorized city personnel, detailed records
of all services rendered relative to subject contract.
The contractor shall furnish towing service for the removal of
vehicles within the City of Boynton Beach and will have
adequate storage space for said vehicle within the City when
required and whenever such services as dispatched or requ~red~--
by the City's Police Department, or other City authorized
representative in the case of city-owned or leased vehicles.
dispatched by either
representative of the City.
on a 24 hour basis.
In the event that
reserves the right
City is required
contractor will
company's charges
such services shall
the Police Department of other authorized
be available
such services are unavailable the Clty
to call another wrecker company. If the
to call another wrecker company, the
be required to pay the substitute tow
in full.
Revlsed 10/li/91
4. ?he
contractor, at an accident scene, shall remove from the
street all broken glass and other debris in the area of the
accident.
5. The City shall have the right
Quantity: 1
A. Large wrecker, wheel lift, or sling or cradle, or tow, and
safety chains 10 ton capacity, with 15,000 lbs., GVW
minimum.
B. Boom capacity of minimum 8 tons, twin booms or single
hydraulic
to cancel a request for
contractors service until the time that a wrecker is hooked
onto a vehicle.
6. WRECKERS SPECIFICATIONS
1. Class A Towing/Recovery vehicle specifications
Quantity: 3
A. small wreckers, of minimum of 4 ton capacity, with GVW rating
of 10,000 lbs. minimum, cradle, or tow plat, or sling, and
safety chains
B. Boom capacity of minimum 4 tons
C. Power winch pulling capacity minimum 4 tons
D. Cable of 100 ft. minimum and 3/8 inch thick with end hook
E. 1 Flatbed truck roll back or slide back, minlmum capaclty 4
tons, with GVW of 10,000 lbs. minimum, minimum 4 ton winch
capacity, at least (16) sixteen foot bed, a minimum of 50 feet
of 3/8 inch cable
2. Class B Towing/Recovery vehicle specifications
Revised 10/14/91
C.
D.
E.
4.
Co
Power wlgch pu111n9 capacity minimum 8 tons
Cable of 100 ft minimum and 1/2 inch thick with end hook
Class C ~owlng/Recovery vehicle sl~ecifications
Quantity:
Large wrecker, of minimum 25 ton capacity, with GVW rating of
25,000 lbs, minimum, cradle or tow plat or sling, and safety
chains, or wheel lift capability.
Boom capacity, extendable,, 15 tons or more
Power twin winch, pulling capacity 25 tons minimum
Cable of 200 ft minimum and 5/8 inch thick
Air brakes with auxiliary air supply
Towing company must have ability to tow aerial fire truck that
is approximately 64,000 lbs. GVW and any sanitation truck.
One (1) set of heavy duty truck dollies
Motorcycle Trailer or its equivalent
Tow trucks are to be outfitted with the following supplies and
equipment
Tow trucks shall
marker lights and
Statutes
There shall be a
be properly equipped with clearance and
all other equipment as required by Florida
rotor beam or strobe type light, amber in
color, mounted on the wrecker in such 'a manner that it can be
seen from the front, rear and both sides.
One (1) heavy duty push broom
Flood light on the hoist
One (1) flat nose shovel
Revlsed 10/1~/91
J.
K.
L.
M.
N.
8.
o
one (1) axe
One (1) crow bar
Minimum of one
inspection tag,
One (1) pair of
One (1) set of
(1) 5 lb. CO2 fire extinguisher wlth
Must be an approved type.
bolt cutters
jumper cables
One (1) four way lug wrench
One (1) high intensity flash light
One (1) set of red highway reflectors
a current
Five thirty minute flares
Contractor must have the three (3) required Class A wreckers
at the time of award of this contract.
The contractor will be required to have available at all tim@s
sufficient equipment to perform all services required on a
timely and responsible basls.
REOUIRED STANDARDS
Contractor shall comply with all laws, rules and regulations
of any governmental agency having jurisdiction over the
compound including but not limited to, licensing and minimum
safety requirements.
The Company shall be a holder of a general towing and wrecker
service license and that such company or business shall have
been conducted actively for a minimum on one year within Palm
Beach County.
8
aevised I0/14/91
a
The wreckers shal~ contain a ~e~ephone or ~adio communications
system to enable continuous direct contact, be~weea the driver
and the o£f~ce of the w~ecke~company.
The wreckers Shall be motor, vehicles specifically designed,
constructed, and equipped for the towing of vehicles and
shall, at all times, be properly maintained and kept in a
mechanically safe condition.
Each wrecker shall be manned by a driver who must meet the
following qualifications:
Possesses a valid State of Florida required license·
Shall have the physical qualifications necessary to perform
the normal tasks required of a tow truck driver.
The company will ensure that each driver operates each wrecker
in a safe and proper manner in accordance with operating
manuals and Florida state statutes. Upon receipt of a--
complaint from the the Police Department on driver's unsafe or
improper operation, documented corrective actions will be
required by the Company·
COMMERCIALLY MANUFACTURED EOUIPMENT
Each tow truck and all equipment owned by the contractor shall
be commercially manufactured according to industry standards
and shall conform to the requirements set forth herein, or
approved by the City of Boynton Beach or designee before being
accepted.
Each tow truck and all equipment must be in good
condition at all times.
9
mechanical
Revised lO/It~-'91
o
~ach tow *truck and all equipment will be subject to Inspection
at all times durlng the term of any contract awarded.
No vehicle of the contract shall be used as a emergency
vehlcle (example: flashing lights only when necessary).
9. MARKINGS
The contractor agrees to have no markings on vehicles, buildings or
correspondence that indicates or tends to indicate any official
relationship between the contractor and the City of Boynton Beach.
10. SITE CLEAN-UP
The Contractor will, at no cost to the c~ty, public, or the owner of
the vehicle or trailer, promptly clean all debris off the public
street, sidewalks, parks, and property of the city and remove the
same to a proper place from the scene of any such accident for
disposal if the said accident scene is to be, is being, or has been
serviced by the contractor~ or the agents, or employees of the
contractor. However, the owner of the vehicle or trailer may be
charged according to rate schedules included in this contract for
clean-up of hazardous wastes, chemicals, and construction debris.
_1. - .OY ~S
The contractor agrees to provide the following information to the
Boynton Beach Police Department on all officers, employees, agents,
and servants and be responsible for keeping the information accurate
and current.
Name, address, date of birth, drivers license n-mher, social
security number, and photograph. The contractor agrees that the
owners of the company or the officers of the company, if a
10
10/14/91
corporation,.shall be responsible, eXcePt as o~her~,~Seprohibited by
law, for the acts of their empLoyeeswhile on duty.
1. The tow company awarded this contract will be subject to a
three (3) month probationary period. During this time the
contractor's performance will be closely scrutinized by city staff.
SE the contractor's perfo=mance fails t0~meet the -standards
specified with the bid~ the City may~by written notice setting £orth
the Contractor's failure, cancel this contract. If performance is
acceptable, then the contracto~ will be so notified.
2. If the City cancels the contract within the three (3) month
probation period, the contract may be awarded to the second highest
bidder as ranked in the selection process.
13. TWO OR MORE PROPOSALS RECEIVED FROM ONE PROPOSER UNDER
.-F- ~ ~.-- ~ ....
If more than one proposal is submitted by any one proposer, by or in
the name of his or their clerk, partner, or other persons, and it is
determined that such bidders are under single, identical, or
substantially the same ownership, all such proposals will be
regected or if not revealed until during the cntract term, such
action shall constitute grounds for cancellation of the contract.
14. FORMAL REPRIMAND
The City Manager or his designee may issue a formal
Contractor for any act of
discretion, is deemed to
written reprimand shall
reprimand to the
omission or commission which, in its sole
be a violation of this agreement. A
be grounds for termination of this
11
Revised 10/li/91
agreement.
15. RESPONSE TIME
The contractor is to respOnd at the request
Police Department or other city official
service at any time of the day or night
of the Boynton Beach
requestin~ tow truck
with the appropriate
equipment and arrive at the scene within 25 minutes of notification
by the City dispatcher.
In the event of an over 25 minute response by the contractor, the
requesting City department will document the over 25 minute response
and forward to the contract administrator written notification of
the over 25 minute response.
16. CANCELLATION
1. In the event that any of the provisions of the contract are
violated by the successful bidder, the City of Boynton Beach
may serve written notice upon such bidder of the termination
of the contract. However, the liability of such
bidder and his surety for any and all such violation(s) shall
not be affected by any such termination.
2. RePutabilitY
Lack of reputability shall be cause for cancellation of this
contract and shall include, but not be limited to:
1. Misstatements concerning the convidtion of any officer,
employee or agent conviqted of any felony when the
person's civil rights have not been restored.
2. Retaining an officer, employee or a~ent convicted of any
felony or first degree misdemeanor directly related to
12
Revised 10/14/91
th9 business of operation of a wrezker, when the persons
civil rights have no~ been restored. For the purpose
of th~s contract, any offense involving per~ry 0f false
statement or theft shall be considered to be directly
related to the business of operation of a wrecker.
Retaining any officer, employee or agent convicted of the
offense of driving under the inftu~n¢.e of alcohol or any
controlled substance o~ chemical substance to the extent
that normal faculties are impaired or driving with an un-
lawful blood alcohol level., or of any criminal traffic
offense.
~7, SUBCONTRACTING
If the contractor does not own the required Class B and/or C
wrecker, contractor may secure same from a subcontractor. If the
contractor does not own the required inside and/or outside storage~ ~
space, contractor may secure same from a subcontractor. In the
any assignments to subcontractors, the
to the subcontractors acceptance of the
forth in this bid specification. The
his/her proposal under these proposal
any such assignment. Any documents
by the contractor under this proposal
event the contractor makes
assignment shall be subject
terms and conditions set
contractor shall provide in
specifications a copy of
required to be submitted
specification shall be submitted on the subcontractor. If there ~s
an assignment and the subcontractor fails to perform in accordance
with the proposal specifications the contractor shall perform as
13
Revised 10/14/91
provided heneln,
create any equal
~, BENEFITS FROM REPAIRS
1. In the event the tow company awarded
automobile repair and/or automobile paint
provided however, nothing herein is intended
relationship between the City and subcontractor.
this contract operates an
and body repair business
the contractor shall provide written notification to a vehicle owner
or representative of a vehicle owner of a vehicle towed under the
provisions of this contract that there is no obligation to have any
automobile repairs and/or automobile paint and body work done by the
to
contractor.
2. Contractor shall notify the city in writing in a form
acceptable to the Clty, of any and all repairs done on vehicles by
the contractor towed under the provisions of this contract. The
written no obligation of repairs by contractor notification shall be~-
included. -
19. INSURANCE REOUIREMENTS
1. The company's policy will have the City of Boynton Beach as
an additional insured as to liability.
2. The company shall have in effect at all times insurance with
limits as specifically set forth in Attachment "A". A copy
of such insurance policy or certificate thereof will be
furnished to the city (Purchasing Department) by the
contractor immediately after the approval of any resulting
contract by the City Commission.
3. The company shall supply the city with a certificate of
Insurance for the coverages and limits as shown on Attachment-=-
Revised 10/~4/91
~A~ In.addition, a thirty (30) day cancellation clause in ~
favor of the City shall he included in the policy and
certificate~
Note: A copy of current insurance certificate must be
attached to bid submitted.
20. CONTRACTOR'S LIABILITY
1. ~ The-,contractor sha'll ben,liable for &ny to~ed vehicle,~and~
property contained therein. The contractor, or his employee,
representative, or agent shall inventory all personal
property contained in the vehicle to be towed.
2. such inventory shall be made in triplicate and shall be
signed by the persons composing it; One copy shall be glven
~o the owner or the person in possession of the vehicle, or
securely attached to the vehicle, and one copy shall be given
to the Police Department of the City.
21. NON-LIABILITY OF CITY FOR TOWED ~L~J~LI~J~u~
The city shall not be responsible or liable in any manner whatso-
ever for either the collection or payment of any charges for service
rendered, including towing and storage. Contractor
and hold harmless the City from any such liability.
shall indemnify
a storage facility for all impounded
outside enclosed area and an inside
facilities shall be located within the city
22. STORAGE FACILITIES
The contractor shall maintain
vehicles. There shall be an
storage area. Both
within
limits. Facilities and office space must be fully operational
90 days of the date the contract is awarded. Contractor's~
15
Revised 10/14/91
storaqe fac~litles and office
written consent from the City..
1. office Facilities
It shall be the duty of the contractor to maintain office
facilities:
A. TO include telephone and restroom facilities and work space
space cannot be relocated wlthout
such as desk, phone, etc.
B. Physical plant to have name and mailing address clearly
painted or a sign on the front of the building.
c. Must be accessible 24 hours per day, 7 days a week.
D. There must be 24 hour radio communication which is manned
days per week. Answer phone services are not permitted.
Outside StoraGe
A. To be kept and maintained to include: the removal of
3unk tires and auto parts, the trimming of all shrub-
bery, trees and lawns (fence line and grounds), adequate
drainage to prevent standing water after rainstorms.
B. Must be protected by an enclosed solid wall or a
substantial wire fence not less than six (6) feet in
height. The top of such fence or wall, including all
gates or doors or roofed open areas shall be equipped
with not less than 12" of barbed wire installation in
such. a manner as to discourage access over the top of
such fence or wall. All fences and walls shall be main-
tained in good repair throughout the term of any contact
awarded. Damage to such walls or fences shall be
l~v~sed 10/I4/91
repaired Within 24 hours.
Area must have minimum fifty-four [54) vehicle storage
capacity. This storage area will be _pFedominately for
accident tows. designated "HOLD", confiscated, and
evidence vehicles. A secondary storage area which may be
located within a ten (10) mile radius of the City may be
utilized for code Enforcement relate~ toW~.
3. Inside Storage
A. Paved floor, i.e., concrete or asphalt,
standing water and vegetation.
B. Working area of 9' x 20' per vehicle with at
ceiling.
C.Electrical lighting source
ing of vehicle.
D.One outside window or ventilation system.
E. Contain a minimum of three (3) inside storage
4. Crime Scene, Confiscated, Special "HOLD" storage
free of dirt
least an 8'
sufficient to permit process-
spaces.
Any vehicle towed and stored as a result of the marked
"HOLD" relative to a crime scene investigation shall be
handled with gloves,
the wrecker operator.
Crime Scene vehicles
1.e. cloth, rubber or leather, by
shall be stored to prevent physical
contamination or degrad.able evidence from deteriorating.
Contractor may use tarpaulin type cover or its equivalent
with written consent from the Police Department.
If laboratory work on a crime scene vehicle is required,
17
Revised 10/14/91
and the vehicle must be processed at the City of Boynton
Beach Police Headquar.ters, the crime scene vehicle shall
be transported at no charge to the city.
D. Vehicles which have been marked "HOLD" by the Police
Department shall be stored at such compound for whatever
period of time necessary in order to properly process the
vehicleand any investigation involved.
E. Confiscated vehicles or vehicles involved in litigation
shall be protected from
storage, as to maintain the
when towed.
Police Department personnel
the elements, preferable inside
conditions of the vehicle
of the City shall be permlt-
type of litigation shall be stored
City for any period of time.
25. ACCESSIBILITY OF STORAGE FACILITIES
ted access to all such vehicles at all times.
G. Any vehicle stored as a confiscated vehicle, crime scene
vehicle, special "Hold" in any
to the
vehicle or vehicle involved
at no charge
Ail storage areas shall be accessible 24 hours per day,
seven days a week, and authorized personnel of contractor
shall be available during such time to assure that the
obligations and services reqllired of contractor shall be
available and fulfilled. All facilities will be subject
to City approval.
24. PROTECTION OF VEHICLES AND PROPERTY
1. Vehicles stored in enclosed areas
shall be stored under lock
Revlsed 10/1~/91
agency representing the City of Boynton Be~zh or
County as per Florida Statutes.
~NSPECTION"OF FACILITIES
1.
26.
1.
and key.'
The contractor shall protmct all stored vehicles and any
evidence or personal property~con=ained~the=einfrom theft
and damage in accordance with all reasonable police depart-
ment instructions and directives.
The contractor agrees to replace any such article(s) upon
verificatlon,,,~f~the loss by~hehdes~i~gn&ted investigative
Palm Beach
Storage facilities shall be subject to inspection and shall
be approved by the city prior to award of any contract.
Storage facilities shall be subject to periodic inspections
during the term of the contract when deemed necessary by the
City Manager's office or Police Department of the City.
Notice of any discrepancies or deficiencies found by the city
shall be submitted to the contractor in writing, and
contractor shall remedy the same within ten 10) days of
receipt of such notlce.
Upon failure of the contractor to remedy deficiencies, the
contractor may be terminated at the option of the City.
RELEASE OF VEHICLES AND PERSONAL PROPERTY
contractor agrees to release any vehicle which has not been
marked "HOLD".
Ail person who shall apply for the release of a vehicle from
contractor shall present proper proof of ownership or right
19
Revised 10/14/91
27.
1.
to possession.
Vehicles' towed after normal business hours will be released
to their owners the next day provided all documentation has
been properly filed.
With the release of any personal property by the contractor,
the owner or person entltled to possession thereof, shall
receipt contractor for same.
Any vehicle which has been marked "HOLD" by the Police
Department cannot be released without prior written authority
from the Pollce Department.
Any vehicle declared junk, abandoned or nuisance will be
released by the City Police Department.
ITEMIZED STATEMENT
With the release of an impounded vehicle, the contractor
shall provide to the owner or person lawfully entitled to
possession itemized statement of all charges related to the
Impounding of such vehicle.
pERSONAL PROPERTY LOSS:
The City shall not be responsible for any loss or damage to
vehicles or any personal property in the vehicle towed and for
all vehicle accessories, regardless of the cause of such
damage or loss and contractor shall hold the City harmless in
this regard. Personal property situated in vehicles stored by
the contractor shall not be disposed to defray any charges for
storage or towing of the vehicles.
20
Revised 10/14/91
The Contractor will be held accountable for all personal
property and vehicle accessories inventoried at time of tow
vehicle stored within ~h~ stgrage facilities
of the Contractor as well as when disposing of junk, abandoned
or nuisance vehicles and shall m&ke restitution to the owner
for all losses for such properties occurring by theft, fire,
or other damage.
29. DESTINATION OF~TOWED VEHICLE
1. Contractor shall not move any vehicle to any location other
than that designated by a Clty police officer or other
authorized City representative, or owner or person in
possession of vehicle.
2. Ail City owned or leased vehicles located within Palm Beach
County will be towed-as requested to City property.
30. R~DIO COMMUNICATION
1. Ail towing vehicles should he equipped with two way radios
installed in the vehicle. Cellular phones are permitted and
must insure clear and reliable two-way communications. A
citizens band radio does not meet this requirement.
2. The range shall extend to at least the Boynton Beach City
limits.
3. Such radios shall not be tuned to any police frequency.
4. The base station for the above equipment should be strong
enough to provide coverage city wide.
5. Federal Communication commission guidelines will prevail.
21
Revised 10/14/91
6. The cQntractor is required, at all times to have the
communication system manned by competent employees.
91. TELEPHONE COMMUNICATION
The contractor shall provide a 24 hour telephone number answered by
an individual employed by the contractor utilized for emergency
calls for service so the contractor can receive instructions and to
provide timely and efficient service 24 hours per day.
1. Contractor shall provide to the Police Department of the City
weekly reports of vehicles towed at the request of the Police
Department written reports to contain the following
information:
a. Name of owner or driver
b. Make of vehicle and type
c. License
d. Vehicle identification number
e. Time, date, and location of tow
f. Circumstances of tow
g. Indicate if a "HOLD" was placed on vehicle by the Police
Department
h. Time dispatched to a scene and time of
Along with the last weekly report of 'each
arrival.
month, contractor
shall supply the Police department a complete a~d detailed
listing of all vehicles which have been impounded or stored
for periods of thirty (30) days or longer. And any other
available information which the Police Department may require.~'-
22
Revised 10/14/91
o
Any vehicle that
of such vehicle
Department,
ServiCes related to
logged and forwarded by
Public works Director.
All
City-owned or leased equipment
is not clalmed within
shell be reported in
City-owned: or
the
30 days of the towlnq__
writing to the Police
leased vehicies shall, be
contractor, monthly to the City
w~.~h ~egar~ to
shall identify~ the vehicle
towed, the location
dates applicable to
City-owned or leased vehicles.
The "Service Ticket" shall include
authorized City employee who approved
vehicle.
from which it was towed and the hours and
contractor's services with regard to such
the signature of the
the towing of the City
The contractor shall maintain at its place of buslness records~'
which will contain:
a. A vehicle storage receipt of each vehicle
premises.
b. A log of all calls for service by the Police
on a monthly basis.
c. A notification log indicating date, time
notification to the registered owner of
on its
Department
and method of
a stored vehicle.
A continuing log kept daily on all vehlcles towed.
23
Revlsed 10/1~/91
INSPECTIONS
1. The contractor shall
o
34.
35.
t.
maintain and have
available at all
times
for Inspection by authorized Cit¥ personnel detailed records
of all services rendered relative to subject contract.
The contractor shall also make available for inspection by
authorized city personnel the compounds and storage
facilities.
Records maintained by the company relative to services
provided under this contract will be separate from any other
and audit
all financial
contract for a
of this contract;--
findings have not
years, the records
records maintained in order to facilitate inspection
by authorized City personnel.
RETENTION OF RECORDS AND RIGHT TO ACCESS CLAU$~
Contractor shall preserve and make available
records supporting documents pertinent to this
period of three (3) years after termination
or if an audit has been initiated and audit
been resolved at the end of these three (3)
shall be retained until
CODE ENFORCEMENT CASES
When properly notified,
resolution of audit findings.
vehicles will be towed from public
property including right-of-ways and the contractor will have
the option to destroy the vehicle or keep it for sale,
pursuant to procedure in Florida Statute, 713.78 and 715.05.
When properly notified, vehicles will be towed from private
property with the requirement that the vehicle be stored for
up to 35 days and then the contractor has the option to
24
Revised 10/14/91
destroy or sell the vehicle, pursuant to procedure in Florida
Statute 713.78.
NON~EXCLUSTVEN~SS OF-~SERVI,CES
The owner or person in possession of any vehicle which has
been involved in an accident or whose vehicle has been
incapacitated in any other manner shall be given the
opportunity of contacting a wrecker or tow. truck~company of
his/her-ow~ choice-~f the disabled vehicle does-not create a
hazardous
expected·
of having
than that of
The City of
for moving,
condition and a reasonable response time can be
Said person shall further be given the opportunity
such vehicle towed to a garage or compound other
the contract.
for damage,
Boynton Beach will not be liable for any charges
towing, storage, etc., nor liable for any charges
loss or moving of any vehicle and Contractor shall--
hold City harmless from any such claim.
77, INDEMNIFICATION AND HOLD HARMLESS
Contractor shall defend, indemnify and save the City of Boynton
Beach harmless from and against any and all claims, suits, actions,
damages or causes of action whatsoever arising during the term of
any contract awarded, caused by any act or omission of contractor,
relating to bodily injury, loss of life or damage to property,
sustained as a result of the performance Of contractor's duties, and
from all costs, attorney's fees, expenses and liabilities causes of
action, investigations thereof, or defenses of the same, or any
proceedings brought thereon; and from and against any orders,
25
Revised 10/14/91
judgements or 'decrees which may be entered therein. Contractor~_
shall further specifically defend the City of Boynton Beach in any
action brought against city as a result of the. items set forth in
this paragraph, or at the City's option, to reimburse City for
City's expenditure to provide its own defense.
38. NON-DISCRIMINATION:
Contractor agrees that in the performance of any contract awarded
not to discriminate or permit discrimination in the hiring practices
of contractor or in the performance of the contractor on the basis
of race, sex, religion, political affiliation or national origin.
39. COMPLAINTS AGAINST CONTRACTOR
Contractor agrees that any complaints received by the City
concerning the performance of contractor's duties under any contract
awarded will be referred to the City Manager of the City of Boynton
Beach. -
40. POSTING AND PROVIDING OF CNARGES
1. Contractor shall prominently post in contractor's storage
facilities and towing vehicles a list of contractor's charges
approved by the City Commission and as submitted in
contractor's bid. A list of such charges shall be posted in
each of the contractor's tow vehicles as to be easily noticed,
A list of such charges shall also be printed and such charges
shall be provided to the owner or person lawfully in
possession of each vehicle towed.
Contractor shall not charge for any service that exceeds such
posted or listed amount, nor shall contractor perform any
26
Revised 10/14/91
o
service
schedule
lawfully in.possession written estimate of the
amount~ that will be finally due and payable upon the rendition
of the services.
RATE SCHEDULE
A~comple~e~rate Schedule to
be comprehensive and all ~ncluS%~e containing rate charges for
all types of towing, vehicle storage, and any conceivable
extras.
Rates submitted will be firm for any resulting contract.
In that the term of this contract is two (2) years, there will
be no rate adjustments.
Additional charges for trucks and other
shall be assessed only in accordance
rates on file with and approved by the
~. COMPLIANCE WITH LAWS AND ORDINANCES
Contractor shall comply with all laws and ordinances of the City of
Boynton Beach now in existence or hereafter adopted, so long as the
same do not impair the rights and privileges of contractor in and to
any contract signed by the contractor and the City of Boynton Beach
as the result of the acceptance of contractor's bid.
~$, ~ON-ASSIGNABILITY
Any contract award shall be non-assignable; non-salable and
non-transferable.
~%. PERFORMANCE BOND
that is not delineated on any such posted or listed__
without giving Che owner of the vehicle or the person,
27
unusual equipment
with the schedule of
City Commission.
Revised 10/14/91
any contract awarded.
the City within ten
contract. Said bond must be
recognized standing authorized
Contractor shall furnish the City of Boynton Beach a performance
bond in the amount of $10,000-payable to the City, to insure the
faithful performance by contractor of the terms and provisions of
Said performance bond shall be delivered to
(10) days following in the award of any
executed by a surety company of
to do business in the State of
Florida and having a resident agent in Palm Beach County. Said
surety company shall hold a current certificate of authority as an
acceptable surety on federal bonds, in accordance with United States
Treasury Department Circular 570 as currently revised.
45. DISPOSAL OF VEHICLES
Should contractor, as a result of this agreement, have
possession any designated "HOLD", confiscated, or crime
in his
scene
for a
vehicle and/or personal property with similar designation
period in excess of ninety (90) days, and should contractor be
ordered to relinquish such vehicle and/or personal property to the
City of Boynton Beach Police Department, contractor agrees ~o
immediately do so at no charge to the City.
46. RELATIONSHIP OF PART~S
The parties intend that an independent CONTRACTOR-employer
relationship will be created by this Contract. Owner is interested
only In the results to be achieved, and the conduct and control of
the work lies solely with CONTRACTOR. CONTRACTOR is not to be
considered an agent or employee of CITY for any purpose and the
28
Revised 10/1~/91
CONTRACTOR and the employee of the CONTRACTOR are not entitled
any of the benefits that CITY provides for CITY'S employees.
47.~ .COMPLIANCE WITH LAWS
This Agreement shall be governed by all federal, United States,
Florida. and local laws, regulations, ordinances, or other standards
as amended from time to time and as set by any other regulatory
agency,~ including, but not ~limlted to, any and all municipal
regulations or any other regulations ~hich ma~ govern~the CITY as a
municipality of the State of Florida.
48. NOTICES BETWEEN PARTIES
All notices between the parties hereto shall be in writing and sent
certified mail, return receipt
As to the CITY:
with copy to:
requested with copies as follows:
CITY OF BOYNTON BEACH
100 E. Boynton Beach Boulevard
P.O. Box 310
Boynton Beach, FL 33425-0310
James A. cherof, Esq.
Josias & Goren, P.A.
3099 East Commercial Boulevard
Suite 200
Fort Lauderdale, FL 33308
to
As to CONTRACTOR:
49. VENUE/SEVERABILITY
Venue shall be in, Palm Beach county, Florida, with respect to any
and all actions which may be brought now or hereafter in connection
with this Agreement. In the event that any portion, provision,
term, or condition of this Agreement shall be found to be
29
Revised 10/14/91
unconstitutional or illegal in any way, it shall be deemed severed_~_
and the remainder of the Agreement shall remain in full force and
effect.
50. AGREEMENTS OUTSIDE OF CONTRACT
This Agreement contains the complete agreement concernlng the
CONTRACTOR arrangement between the parties and shall as of the
effective date of this Agreement supersede all other agreements
between the parties. The parties stipulate that neither of them
has made any representation with respect to the subject matter of
this Agreement or its execution and duly accept such
representations as are specifically set forth in this Agreement.
Each of the parties to this Agreement acknowledge that it has
relied on its own judgemen~ in entering into this Agreement.
51. MODIFICATION OF THIS AGREEMENT
No waiver or modification of this Agreement or any covenant,- -
condition, or limitation, contained in this Agreement shall be
valid unless in writing and duly executed by the party to be
charged. No evidence of any waiver or modification shall be
offered or received in evidence in any proceeding, arbitration, or
litigation between the parties arising out of or affecting this
Agreement or the r!ghts and obligations of the parties unless such
waiver or modification is in writing and duly executed.
52. The parties hereto do acknowledge and agree that time is of
the essence relative to the performance of any term, condition, or
covenant herein.
30
Revised 10/14/91
~. In the event any litigation or other action shal, l~arise from__
this Agreement, the prevailing party shall be entitled to
reasonable attorney's fees and all costs and expenses, including
attorney's fees
r, elattve to the disposition
Agreement.
5~.~-,~~ ATTACHMENTS
Bidder will attach to his bid the
required in these specifications:
A. List of Equipment - See'Page
and all costs~and expenses for any cour% proceeding
of any issues arising under this
following an other information
4-9;
Competency of Bldders See Page 2;
Insurance Certificate - See Page 12-15.
31
Revised 10/14/91
iNSTRUCTIONS: Bidder must complete the followlng by filling in his
proposal rates and such races 5o remain firm for any resulting
contract period approved. All services on the race schedul~ forms
musu show a price ~uote. A "NO CHARGE" zs unacceptable.
Any rases that the contractor charges that do not appear on
the rate schedule forms are 5o be ilsted mn detail on a separate
sheet and attached to this section.
TOW
RATE SCHEDULE FORM
CITY OF BOYNTON BEACH
SERVICE CONTRACT BID= 006-13a-92/VSMG
SECTION I. TOWING
Estimated Unit Extended
~ Cost CoSt
A. Class A (cars, vans, light
trucks 3/4 ~on and under)
within City 1470 x
B. Motorcycles within City 8 x
C. Towing outside C~ty limits
over 5 miles for cars, vans,
motorcycles, light truck
3/4 ~on and under .., 20 x
D. Trucks over 3/4 ton or
25,000 GVW within City 10 x
E. Tractor and Trailer within
City limits 2 x
F. Towing outside City limits
over 5 miles for trucks over
3/4 ton or 25,000 G%54 2 x
G. Extra time aE scene after
first hour. per hour thereafuer.
(Applied to all vehicles; cars,
vans, trucks under and over 3/4 ton,
for waiting an extra street
cleanup. Not to be charged ~n
con]unction with vehicle
recovery - Section III~ 8 x
$ 20.O0/tOW
$_20.O~tow
$ ~.oo/mile
$50.O0/tow
= $ 2S.OO ~
/mile
$ lO-O~hour = $ 80.00
SUBTOTAL SECTION I ........ $ 29,9f~.22 ~.
Revlsed 10/14/91
SECTION II
A. Cars
- STORAGE AND LIEN NOTICE
vans, trucks under
3/4 ton
Outside Storage
Inside Storage
Trucks over 3/4 non
Outside
Motorcycles
Outside
Inside
~oat/trailer
21' In length and under
3~tsi~e
Boat/Trailer over 21'
in length
Lien Notice After
2 Days'vehicle
1470 x
3x
2x
8x
lx
$ 5,00 /Day = $7350.00
$4 5-0DDay = $ 15.00
$ 5.QQ /Day = $ t~.fl~
$ 5.30 /Day = S AG.00
$ $,00 /Day = s 5.~n
9O0 x
SUBTOTAL
t x ~ D.O- /Day =
% x $ 5.00 /Ea¥ =
$ 15.007Day =
- SECTION
$ 5.00
$ 5.00
II ........
SECTION III RECOVERY
TO be applied when vehicle is
overturned stuck in sand, mud,
or ~n the water, requiring more
than a s~ngle hook-up)
Class A, B Wrecker/
per hour on scene 5 x
(Not ~o be charged in conjunction
with extra time - Section I)
Extra man {each) 5 x
$25.00/hr. = 3125-80
$ !0.00/hr. = $ 53.30
SUBTOTAL - SECTION III ....... $ i75.00
SECTION IV ROAD SERVICE
Per call for service such as
assisted start, unlock door,
deilver gas, change tire, etc.
Applies to all vehicles; cars,
vans, trucks under and over
3/4 ton. $ x
$ 15.0o/ca~l
SUBTOTAL SECTION IV ........ $
120.00 ~'~
GRAND TOTAL BID PRICE
SECTIONS I, II, III AND IV: $ 51,189' ~
~Plea~e .see a~acnment for additional cnar~es.
Estimated annual quantztzes ~re Doing used to assist in ~etermzning -
a single successful bidder. Actual quanti5ies may be considered
larger Dr smaller, depending on towing needs during the contract__
period.
33
471-1860
6907 SOUTHERN BOULEVARD
WEST PALM BEACH. FL 33406
ATTACHMENT TO RATE SCHEDULE
CLASS C:
Dro~ driveline/Pxie .......... Per A~le .............. ~.~ i3.50
Ai~~ Uo Truck Svste~ ........... c,e~ Call ............... $ !0~00
Air Bags ................ Set Up and First Hour ........ $600.00
Ai~ Bags ............ Per Hour After First Hour ........ $400~00
Other Charges=
4x4/Off-~Road Recovery...Per Hour ..................... $I~5.00
Tarp Fee ................ Per Ca~t ..................... $ 50=00
Diver Fee ............... First Hour ................... $150.00
Diver Fee ............... Each Add~l i5 minutes ........
Lowboy Service .......... Per Hour. .................... s 75~00~
* ~ hour ~ini~um.
Revlsed 10/14/91
SPECIAL AND~ADDITIONAL CHAR~ES '
The cost for waiting ~m~ shall not be assessed by the
contractor until sixt~ ~(60) minutes after arrival at the
scene.
2. When Extra Time Churches Prohibited:
The extra time dhar~e'sh~il not be assessed by the contractor
under any circumstances that apply to the clean up and
removal of vehicle parts/debris.
3. Se:v c Call:
The contractor agrees that the mere response to a service
call scene without other action does not constitute a
service for which charges are applicable.
for waiting
extr
special
officials
contractor
and/or the vehicle owner or
further agre,
[ make the
on the tow receipt ~he
the ~6rk performed for
contractor agrees ~hat
.arges may be disputed by City
representative. The
or his
on the assessment
tractor
e decis Cit
the
designee.
ALL CITY OWNED OR LEASED VEHICLES TOWED UNDER CLASS "A"
wREC~ER WITHIN PALM BEACH COUNTY WILL BE TOWED AT "NO
CHARC~E". TOWS FOR CITY OWNED OR LEASED VEHICLES UNDER CLASS
"B" ~{D "C" WRECKER CAN BE CF~ARGED TO THE CITY UNDER CONTRACT
RATES.
34
Hurohy's Towing, Inc.
COMPANY NAME
Revised 10/14/91
~-~-{AS~,~ DEPT.
6907 Sou%nern Blvd. ~es% Palm Beach, FL 33413
ADDRESS
407) a71-1860
TELEPHONE NUMBER
NAME
Harold
OFFICERS OF CORPORATION XOR<~X~KXFC~I~i~N~K
(Strike ou~ words that are not applicable1
TITLE ADDRESS
G. MUrDR~. Jr. Pres. A713 ~u~ting Tr. LaKe worth
Leilani _. Brocnaro Sec. a713 Hunting Tr. LaKe wor%r
Maureen M. Da~ Treas. '1383 Persimmon Blvd. Royal P.B.
To Ail Bidders:
The undersigned
than the bidder
SEALED BID
as bidder does declare that no other persons other
herein named has any interest in this proposal or
zn the contract to be taken and that it zs made without any
connection with any other person or persons making proposal for the
same article, and ls in all respecus fair and without collusion or
fraud. The undersigned further declares that he has carefully
examined the specifications and is thoroughly familiar with its
provisions and with the quality, type and grade of materials called
for. The undersigned further declares that he proposes ~o furnish
35
the articles called for within
for the following price, ko wit:
DATE. ''-'9-91
VEHICLE TOWING SERVICE CONTRACT
RENARKS/EXCEPTIONS:
the
Revised 10/14/91
.... -*~e~.,o DEPT.
specified time tn this proposal
Murphy's Towing, Inc.
FIRM NAM~E
ADDRESS:
6907 Sournern Btva.
SIGNATURE
President
TITLE
wes: Palm Beach, FL 33413
STATE OF FLORIDA
COUNTY OF PALM BEACH
I, the undersigned, hereby duly sworn, deposes and says, tha5
no portion of the sum herein bid will be paid 5o any employee of
the City of Boynton Beach as a commission, kickback, reward of
gift0 directly or lndirectly by me or any member of my firm or by
an officer of the corporation.
Sworn and subscribed before me
Revised 10/14/91
Notary Public
My Commzss ion Expires ~'?{ CO~f'~SSiO~'"' ,'-'X?;~ES JUNE 15, 199~
TOWING.GEN
Rev. 7/8/91
7/11/91,7/16/91
7/23/91, 7/26/91
10/11/91, 10/14/91
Revised 10/14/91
Original Date: 11/13/89
Revlsed Date: 11-22-91
RE: PROPER PROCEDURE FOR CITY ORDINANCES SECTION 10-52 .....
The following outlines the proper procedure for the enforcement of
Section 10-52 of the City of Boynton Beach Code of Ordinances.
1. Notice of violaslon is wrls~en, entered into computer by
address and referenced by PCN and the information goes to the
Police Department for verification. When the information is
verified at notice of violation is mailed to the property
owner/tenant and the vehicle owner, including Section 10-52
in 1ss entirety, and a sticker is placed on the vehicle. The
sticker and the notice of violatIon shall state that all
appeals must be in writing to the city Manager's Office.
If no appeal has been requested, the vehicle is reinspected~
in ten days, and if still in violation, the vehicle is placed~=~
MUrOF~'S Toming, Inc.
on a tow list for
If appeal is requested and the Appeal Board determines that
5he conditions which exist on the property constitute a
public nuisance, the owner or owners (7) days to correct or
remove the conditions from the date of the hearing,
When the vehicle is towed, a certified letter will be mailed
(return receipt requested) to the o~rner within 15 days of
removal. A certified letter will be mailed to all other
persons, lien holders, etc., with record interest ~n said
motor vehicle. Vehicles may be reclaimed by the owner from
the tow company w~thin 20 days after date of not~ce.
38
5
Revised 10/14/91
If the City if unable to identify the owner, lien holder, or
other interested par~le~, the City shall advertise notice by
publication.
notices will be forwarded to D~
Copies of all certified
State of Florida.
Murpn,'E To~inc, In~ssumes right
no~ificaslon has been made and 20
date of notice by certified
adviseMursay's To~in~ of this
~o
days has
letter.
date.
vehicle after proper
elapsed since the
The City will
39
Revised 10/14/91
ATTACHMENT "A"
INSURANCE R~OUIREMENTS
Consractor, at l~s own expense, shall keeD in
times maintain during the term of this agreement:
force and a5 all
Compreh~nb~ve~General Liability:~ Shall have~m~nimum limits of
Seven Hundred Fifty Thousand Dollars ($750,000.00) per
occurrence Combined Single Limit for Bodily
Injury Liability and Property Damage Liability.
Automobile Liability Insurance: Automobile Liability coverage
shall be in the minimum amount of Three-Hundred Thousand
Dollars ($300,000.00~ per person/per occurrence and property
damage coverage of Fifty-Thousand Dollars ($50~000.) per
occurrence.
Garage Keeper's Liability: The Contractor will at all times
during the term of this Agreement keep in full force and
effect a policy of "garage keeper's legal liability" insurance
in the minimum amount of Fifty-Thousand dollars ($50,000.)
protect the owners of any and all vehicles or trailers, towed
or stored by the Contractor, pursuant to this Agreement, from
loss, or damage to such vehicle or trailer on account of such
removal or storage.
The Contractor shall provide the City with Certificate(s) of
Insurance on all the policies of insurance and renewals
thereof in form(s) acceptable to the City. Said policies
40
Revised 10/14 '91
shall provide that the City be an additionally insured and be
notified in writing of arky cancellation of said policy or
pclicies at least thirty (30) days prior to the effective
date of said cancellation.
All Insurance policies shall be issued by responsible
companies who are acceptable to the City and licensed and
authorized =o do business under the laws of the State of
Florida.
The Contracsor awarded the contract shall show proof of all
insurance policies as required above prior to the award of
the contrac=. The Contractor shall not commence operations
pursuant to the terms of this agreement until certificatlon
or proof of Insurance, detailing terms and provisions of
coverage, has been received and
Boynton Beach.
Workers Compensa=ion Insurance:
main=aiR, at Contractor's expense,
approved by the City of
Contractor agrees to
state required worker's
compensation insurance to fully pro~ect both contrac=or and
City from any and all claims for injury or death arising from
the performance of this contract.
41
IN WITNESS WHEREOF, the CITY has caused these presents
to be signed by its Mayor and attested to by the City Clerk
with the Corporate Seal of the said CITY and the CONTRACTOR
has executed these presents the
written.
Signed, sealed and witnessed
in the presence of:
Attest:
Cit~ clerk
day and year herein before
CITY OF BOYNTON BEACH,
FLORIDA
A~l'ine Weiner, Mayor
C~ A%~to
t to
Form:
Signed, sealed and witnessed MURPHY'S TOWING, INC.
S ATE OF FLOa DA )
)SS:
COUNTY OF PALM BEACH )
Personally appeared before me duly authorized to
administer oaths, ARLINE WEINER, Mayor of the City of
Boynton Beach, to me known to be the person described herein
and who executed the foregoing instrument and she duly
acknowledged before me that she executed the same.
-'-N'otary Publlc
My Commission Expires:
STATE OF FLORIDA
COUNTY OF PALM BEACH
)
)
Personally appeared, befpre me ~uly authorized to
administer oaths, ~~/~~ '
President of Murphy's Towing, Inc., to me known to be the
person described herein and who executed the foregoing
instrument and he duly acknowledged before me that he
executed the same.
Notary Public
My Commission Expires: