Loading...
HomeMy WebLinkAbout2010-06-16 PACKET 08.E.REQUEST OF CITY COUNCIL ACTION COUNCIL AGENDA MEETING ITEM # DATE 6/16/2010 PREPARED BY City Clerk Caron Stransky ORIGINATING DEPARTMENT DEPARTMENT HEAD COUNCIL ACTION REQUEST Consider awarding the contract for towing and impound services to South East Towing. STAFF RECOMMENDATION Award the contract to South East Towing. BUDGET IMPLICATION BUDGETED AMOUNT ACTUAL AMOUNT [Yi] Wls] 4Via Eel baele lI &Ia M ® MEMO /LETTER: Memo from Caron Stransky. Memo from Mike Coffey. ❑ RESOLUTION: ❑ ORDINANCE: ❑ ENGINEERING RECOMMENDATION: ❑ LEGAL RECOMMENDATION: ® OTHER: Attachments. COUNCIL ACTION TAKEN: 'APPROVED ❑ DENIED ❑ OTHER Document l 9 es COTTAGE GROVE To: Honorable Mayor and City Council Members Ryan Schroeder, City Administrator From: Caron Stransky, City Clerk Date: June 14, 2010 Subject: TOWING AND IMPOUND SERVICES Title 6 -3 -2 of the Cottage Grove City Code provides that the City shall let bids for a towing company to provide the towing and impound service needs of the City and a contract shall be awarded for up to three (3) years to the lowest responsible bidder. Sealed bids for towing and impound services were opened on June 2, 2010 and bids were received from South East Towing, Inc., and East Metro Towing. In reviewing the bids, a number of elements other than the fees, must be considered. They are: 1. The contractor shall own a minimum of two (2) towing vehicles with a minimum capacity of five (5) tons. Both bidders submitted a list of their equipment. South East Towing owns 14 pieces of equipment - one (1) wrecker, five (5) flat beds, one (1) 10 -ton wrecker and two (2) 30 -ton wreckers. East Metro Towing owns two (2) flat beds and one (1) wrecker. They propose subcontracting for heavy duty tows by Mark's Towing Inc., Eagan. 2. Each towing vehicle shall be equipped in accordance with Minn. Stat. 169.64. Subdivision 5, and inspected by the Minnesota Department of Transportation on an annual basis, with certification provided to the City of Cottage Grove. Minn. Stat. requires that a tow truck or towing vehicle be equipped with flashing or intermittent red and amber lights of a type approved by the Commissioner of Public Safety. The lights must be placed on the dome of the vehicle at the highest practicable point visible from a distance of 500 feet. The flashing red light must be displayed only when the tow truck or towing vehicle is engaged in emergency service on or near the traveled portion of a highway. The flashing amber light may be displayed when the tow truck or towing vehicle is moving a disabled vehicle." South East Towing provided the City with certifications of inspections conducted by the Minnesota Department of Transportation. Certifications were not provided to the City by East Metro Towing. The City found out that annual inspection for tow trucks under 26,000 GVW were no longer required. 3. The Contractor shall be available for towing services 24 hours a day. seven (7) days per week. Both bidders comply with this requirement. 4. The Contractor shall arrive at the scene of a tow within the following time limits: for daytime request, within 20 minutes after the request for service is received; for nighttime request, within 15 minutes after the reauest for service is received. Past experience has shown that South East Towing has been very reliable, fulfilling its obligations under the contract in responding to calls for service. The City has not worked with East Metro Towing in the past and no references were provided to the City. 5. The Contractor shall be able to provide towing services for automobiles, light trucks, snowmobiles, motorcycles, and other specially designed vehicles. Contractor shall also have the ability to provide special towing services including: winching dollies, flat bed, light rescue, etc. Contractor shall also have equipment with 30,000 pound under reach capabilities. East Metro Towing owns only three (3) pieces of equipment and will have to subcontract for some of the services required under the specifications and the contract document. 6. The Contractor shall have access to a secured. 24 -hour impound facility, which must be consistent with the applicable zoning laws. Further. the Contractor must provide to the City scale drawing of the facility, along with proof that the facility itself complies with the applicable zoning laws Both bidders provided a copy of the conditional use permit they received from the City of Inver Grove Heights. 7. The impound facility shall be located within 10 minutes of the City of Cottage Grove and must be able to accommodate at least 30 vehicles. Sgt Coffey drove from the City limits from approximately Highway 61 and 70th Street South and it took him 12 minutes to reach the impound lot for South East Towing and that included significant road construction involving a traffic detour on Concord Avenue. This detour added at least two (2) minutes in drive time. Sgt Coffey then drove from the City limits to the East Metro Impound facility in Inver Grove Heights, and it took him approximately 16 minutes, and that was with no real traffic concerns and no interference with any type of road construction. 8. The impound facility must have a locked and fenced lot with a minimum of an eight (8) foot fence. Upon inspection of the impound lots, South East Towing has a locked seven (7) foot high privacy fence that is topped with a 15 -18 inch barb wire. The East Metro impound facility is locked and is apparently being shared with another construction company. During his inspection, Sgt. Coffey observed that it could hold the requisite 30 vehicles, but it would be a rather tight fit. The fencing around the secured lot appeared to be a six (6) foot chain link fence, topped with approximately one (1) foot of barbed wire divided between three strands. The total height of their fence would be approximately seven (7) feet, when a minimum of eight (8) feet is required. 9. The impound facility must be available daily from 7:00 a.m. to 6:00 p.m., to allow for the release of impound vehicles. Both bidders comply with this requirement. 10. The provider of towing services to the City must have access to an impound facility 24 -hours a day. Both bidders comply with this requirement. RECOMMENDATION It is recommended that the Council award the three -year towing contract to South East Towing. East Metro Towing does not comply with items 7 and 8 outlined above. ("7W% City of Cottage Grove lt*a� Public Safety Memo To: From: Date: Subject: Director of Public Safety Craig A. Woolery City Clerk Caron Stransky Sergeant Mike Coffey June 11, 2010 RENEWAL OF TOWING CONTRACT FOR THE CITY OF COTTAGE GROVE As of June 30, 2010, the three year contract that the City of Cottage Grove has had with Southeast Towing in Inver Grove Heights, to provide towing services, will be expired. The city is currently undergoing a process to renew a contract for towing services. City Clerk Caron Stransky did advertise and solicit for bids for this towing contract. The bids were due on June 2, 2010 at 11:00 a.m. At approximately 11:00 a.m. on June 2 nd , I was present with Caron Stransky in the Council Chambers at the time the bids were closed. At that time, two bids had been received by the city for the towing contract. There were two bids submitted; Southeast Towing, located at 7401 Dickman Trail in Inver Grove Heights and East Metro Towing, located at 10967 Clark Road in Inver Grove Heights. Present at this time while the bids were opened, was a representative from Southeast Towing. Upon opening the bid from Southeast Towing, it was noted that all applicable specifications were present; this included a list of towing vehicles, make, model, serial number, current DOT certifications on the list of vehicles, a copy of an Automobile Comprehensive Liability insurance that did specifically name the City of Cottage Grove as an additional insurer. The city does have on file a scale drawing of the impound storage facility and I did obtain a letter from the local government of Inver Grove Heights stating that they did comply with all applicable zoning laws. Southeast Towing did also provide a bid for the 6 types of tows specified in a contract and Southeast Towing also specified this for the years July 1, 2010 through June 30, 2011 and then again from July 1, 2011 through June 30, 2012 and then the third year July 1, 2012 through June 30, 2013. Southeast Towing also provided the requested $500 deposit. In opening a bid from East Metro Towing, they did provide the requested $500 deposit and supply a Certificate of Liability Insurance but at this time did not list the City of Cottage Grove as an insured party. East Metro Towing also supplied bids for the different types of tows and services over the three year life of the contract. City Clerk Stransky did retain both deposit checks and requested that I look into the bids, compare them and ensure that they did meet with all requirements set forth in the contract. In comparing the two bids, the first area that was compared was in the area of storage fees. It should be noted that for the first year, the storage fees were identical, in the second year Southeast Towing fees were approximately $2.00 more expensive for day two and on for a storage fee. For the third year, East Metro Towing bid was significantly more expensive, approximately $10.00 per day as compared to Southeast Towing. I next compared the towing services for the different types of tows and any additional fees such as clean up, dollying and winching that were bid upon between the two businesses. To summarize, the basic fees for the different types of towing was substantially less expensive for East Metro Towing, the first year standard tow for East Metro was $65.00 compared to the first year standard tow of $85.00 for Southeast. Southeast's proposed bids were less as far as the additional fees go for clean up, drive line, winching, dollying type services and fees. Also Southeast Towing for a year specialty tows (Type 7 tows) was also significantly more expensive - $175.00 per hour compared to $100.00 per hour of East Metro's bid. Attached to this memo will be the specific breakdowns for the bid amounts for each business. To summarize it the storage fees bids were significantly cheaper over three years for Southeast Towing. The basic towing fees bids were significantly cheaper by East Metro Towing over the three year period. The additional fees for services were significantly by Southeast Towing over the three year life of the proposed contract. After reviewing the bids, I did conduct further investigation into the two companies and the storage facilities to ensure compliance with out contract requirements. I did go to Southeast Towing located at 7401 Dickman Trail in Inver Grove Heights. It should be noted that from the Cottage Grove border at approximately Highway 61 and 70` street, it did take me approximately 12 minutes drive time to reach the impound lot for Southeast Towing. It should be noted that our contract does specify that the lot needs to be within 10 minutes of the city of Cottage Grove. It should also be noted that there was significant road constructing involving a detour on Concord Avenue, which is the most direct route to Southeast Towing. This detour did add approximately two minutes of drive time on to the distance from Cottage Grove to the Southeast's lot. From past experience, I do know that it is possible to make it from the city limits of Cottage Grove to Southeast Towing impound, obeying all traffic laws, within the ten minute specified time period. Upon inspection of Southeast Towing's impound lot; I did note that it did have a seven foot privacy fence that was topped by a barbed wire portion that was approximately an additional 15 to 18 inches in height. It was my impression that this would meet the 8 foot height requirement for the fencing of a secured impounds lot. I did also note surveillance cameras present covering the impound lot for Southeast Towing. Southeast Towing impound lot clearly had the capability of storing several hundred impounded vehicles. I did have all other required items from Southeast Towing to proceed with the awarding of a contract, if the Council so desired at this time. Next I then traveled from the city limits of Cottage Grove to East Metro's towing impound lot, located at 10967 Clark Road in Inver Grove Heights. Traveling and obeying all traffic laws, it did take me approximately 16 minutes of drive time from the city limits of Cottage Grove to this impound facility. It should be noted that this was with no real traffic concerns and no interference with any type of road construction. This would obviously put it outside the 10 minute window previously stated in the contract for the towing services. At the impound lot I did meet with representatives of East Metro Towing, she identified herself as the daughter of the owner. I was shown several impound lots located behind the facility. She stated that one they are currently using was a secured lot. It appears that this locked lot was being shared with another construction company. The representative did state that they were going to be attempting to move to another secured lot directly next to it. However, with the lot that I did observe it could hold the requisite 30 vehicles inside the secured area. It should be noted it would be a rather tight fit, but could be possible at this time. The fencing around the secured lot appeared to be a six foot chain link fence topped with approximately one foot of barbed wire divided between three strands. The total height of this fence would be approximately seven feet. It should be noted that in our specifications for our contract, an eight foot fence is required. I also requested from East Metro Towing further information including a list of the plate numbers for their vehicles, a scaled drawing of the impound lot and documentation that they were acting in accordance with applicable zoning laws for the city of Inver Grove Heights. I did receive a copy of the plates for tow trucks currently owned by East Metro Towing. It appears to be three tow trucks owned at this time that would meet the requirements for the towing contract. It did also appear that all applicable zoning laws were complied with within the city of Inver Grove Heights and I also received a scale drawing of the impound lot that would meet our specifications. Also specified in our contract is that we receive copies of DOT inspections on all tow trucks used by the said companies. Southeast Towing did provide me with a copy of current DOT inspections. East Metro Towing stated that they did not currently do DOT inspections as they were not currently required by the State of Minnesota. I was advised that there were random inspections that would be conducted. However, there was nothing that was required per their licensing. I did check with a representative from the Commercial Vehicle Inspection Division of the Minnesota State Patrol and I did confirm that vehicles under the 26,000 pound vehicle weight did not have to have DOT inspections; anything over the 26,000 pound was required. I did learn that East Metro did have a DOT number. At this time I have no reason to believe that East Metro's vehicles would not meet the requirements set forth by the Department of Transportation. The specifications for the bid for the towing contract also states that the contractor shall have equipment with 30,000 pound under -reach capabilities. This would be a tow truck capable of towing a semi -truck type vehicle or other larger, heavier type vehicle. Southeast Towing did currently have two 30 ton wreckers in their inventory. East Metro Towing does not have any vehicles in their inventory that would meet this requirement. East Metro stated that they would be sub - contracting out with Marks Towing out of Eagan, MN for their heavy duty towing. And finally in talking with East Metro Towing in regards to their liability insurance, they did state that they would have the city of Cottage Grove specifically named as an additionally insured on their policy once they were advised that the contract would be awarded to them. At this time it is not, however, I do not believe that that should be held against them until they have been advised if they receive the contract or not. After reviewing all paperwork and requirements of the bids, it is of my opinion that the city of Cottage Grove award a three year towing contract to Southeast Towing effective July 1, 2010. My recommendation would be based on several factors. The overall storage fees were less expensive; the additional fees charged for services would have been cheaper through Southeast even though East Metro did have the less expensive basic towing fees, I do not believe that they met several requirements stated in the contract, specifically, the ten minute drive time from the city limits to the impound lot and their impound lot did not meet the eight foot height requirement for the fencing around it. East Metro also did not have the 30 ton capability wrecker. This would be a sub - contract out issue for them. It should also be noted that with my 16 years with the Cottage Grove Police Department, Southeast Towing has been the provider of towing services for the city. During that time I have never had any instances or complaints with their service, they have always gone above and beyond to assist the Cottage Grove Police Department in any way possible. I feel that they have provided a high quality level of service to our city in the past and it is of my opinion that the contract should be awarded to them to continue this service. If you have any questions, please contact me. MC /cce Attch. CITY OF COTTAGE GROVE, MINNESOTA PROPOSALFOR TOWING AND IMPOUNDING OF VEHICLES TO THE CITY CLERK OF THE CITY OF COTTAGE GROVE, MINNESOTA: The undersigned has examined the contract documents, including the Advertisement for Bids, Instructions to Bidders, Affidavit of Non - collusion, and the Detailed Specifications for the Towing and Impounding of Vehicles, on file in the Office of the City Clerk of the City of Cottage Grove, Minnesota, and proposes to provide towing and impounding of vehicles for the City of Cottage Grove as set forth. IMPOUNDMENT: Storage facility to accommodate at least 30 vehicles will be provided at the following location and complies with provisions included in the Detailed Specifications: 7 ya / L r c - 7 - e - ro - _ eNgAt s , 111A /J STORAGE FEES: (Include Sales Tax) Year 1 (July 1 2010 thru June 30, 2011: First Day Storage Fee (from arrival at facility to first 24 hours): Every 24 hours thereafter (or part of if released prior to 24 hours): $ < 3(!` - 1 o 2. Year 2 (July 1, 2010 thru June 30, 2012): First Day Storage Fee (from arrival at facility to first 24 hours): $ a`. . ® o Every 24 hours thereafter (or part of if released prior to 24 hours): $ Q7. o v 3. Year 3 (July 1, 2012 thru June 30, 2013): First Day Storage Fee (from arrival at facility to first 24 hours): $ Every 24 hours thereafter (or part of if released prior to 24 hours): $ Q7, ° ` ' GJClerk /City Council /Agreements/Towing /2010- 2013rrowing Specifications 2010 -2013 TOWING SERVICES (Per Detailed Specifications and Includes Sales Tax) is bid as follows: Year 1 (July 1, 2010 thru June 30, 2011): TOWS BASIC FEE ADDITIONAL FEE TOTAL TYPE 1 TYPE 1 $ pa ea. TYPE II $ °o 95 $ Cleanup TYPE II $ a v o d• $ $ o� /-:5 • $ ®m 20 ° o /36 TYPE IV 0° (Cleanup) ��. $ /OD. TYPE III $ o o $ ° a $ 1% ° a O°dd r� 11 0 . Drive Line 2) - a ® ' 1 o Q O ® a' TYPE IV $ �S• $ Winchin v a SO• $ S• „ a TYPE VII $ Per Hour /7--> Doll Z o� °m I /O• °b ( Cleanup) v TYPE V $ D ` $ o� $ o g5 • Cleanu /� q0 TYPE VI $ TYPE VI $ o° j Per Hour 07S 2. Year 2 (July 1, 2011 thru June 30, 2012) TOWS BASIC FEE ADDITIONAL FEE TOTAL TYPE 1 $ ea. 070.0 TYPE II $ °o 95 $ Cleanup ° OS $ a v o d• TYPE III $ o� /-:5 • $ Drive Line ®m 20 $ /36 TYPE IV $ 07. $ (Winching) v° 0 $ r� 7 Doll y am. S d $ Cleanu 1% $ O°dd r� TYPE V $ 23 7. �" $ Cleanup - a ® ' $ o Q O ® a' TYPE VI $ ao a^ TYPE VII $ m �s Per Hour /7--> GICIerk /City Council /Agreements rowing /2010- 2013(Towing Specifications 2010 -2013 3. Year 3 (July 1 2012 thru June 30, 2013) TOWS BASIC FEE ADDITIONAL FEE TOTAL TYPE 1 $ 61, 60 ea. TYPE 11 $ g ®A $ Cleanu ®® /6 $ o0 d TYPE III $ e— CZ0 $ Drive Line 20 $ SyO- TYPE IV $ od $ ( Winching) to $ $ Doll �� 6 ' $ Cleanup d . $ s- TYPE V $ p B l• " $ ( Cleanup) $ ®a TYPE VI $ 0 0 O TYPE VII $ o� Per Hour 7S Bid security in the amount of $500.00 accompanies this proposal, the same being subject to forfeiture in the event of default of conditions as specified in the "Instructions to Bidders" and other contract documents. It is understood that the right is reserved by the City to reject any and all bids, and that this bid may not be withdrawn until thirty (30) days after the time the bids are opened. If this bid is accepted, the undersigned agrees to execute the proposed contract. Further, it is understood by the undersigned that unless this proposal is accompanied by the attached signed and notarized "Affidavit of Non - Collusion ", the City Council will not accept this bid. Respectfully submitted, Fir Name cc � d� �)4, t a .35G E✓L By Title Address State whether bidder is: ❑ Individual ❑ Partnership rporation (Check One) G: /Clerk /City CounciUAgreements/Towing /2010- 2013/Towing Specifications 2010 -2013 If Partnership, Name of Partners: If Corporation, Name and State in which Incorporated: AFFIDAVIT OF NON - COLLUSION 1 hereby swear or affirm under the penalty for perjury: 1. That I am the bidder (if the bidder is an individual), a partner (if the bidder is a partnership), or an officer or employee of the bidding corporation having authority to sign on its behalf (if the bidder is a corporation); 2. That the attached bid or bids have been arrived at by the bidder independently, and have been submitted without collusion with, and without, any agreement, understanding, or planned common course of action with any vendor of materials, supplies, equipment or services described in the invitation to bid, designed to limit independent bidding or competition; 3. That the contents of the bid or bids have not been communicated by the bidder, or its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid or bids, and will not be communicated to any such person prior to the official opening of the bid or bids; and 4. That I have fully informed myself regarding the accuracy of the statements made in this affidavit. Sign Firm Nam &no%� ,, -1 �•,.�. Subscr`bed and sworn to before me this 1 day of Ju rLiL — , 2010. -- ary Publi . My Commission Expires: 1 -C>), ,�. �h^Mnniw JENNIFER LYNN PIEQZ Notary Public-Minnesota nl_ zpires J9n Si, 2015 Bidder's Employee Identification Number: q I -) q ) SM a (Number used on Employer's Quarterly Federal Tax Return, US Treasury Department Form 941) G: /Clerk /City Council /Agreements/Towing /2010- 2013/Towing Specifications 2010 -2013 ..O •. • U &# T • TO THE CITY CLERK OF THE CITY OF COTTAGE GROVE, MINNESOTA: The undersigned has examined the contract documents, including the Advertisement for Bids, Instructions to Bidders, Affidavit of Non - collusion, and the Detailed Specifications for the Towing and Impounding of Vehicles, on file in the Office of the City Clerk of the City of Cottage Grove, Minnesota, and proposes to provide towing and impounding of vehicles for the City of Cottage Grove as set forth. IMPOUNDMENT: Storage facility to accommodate at least 30 vehicles will be provided at the following location and complies with provisions included in the Detailed Specifications: W �1 00r R _ -- STORAGE FEES: (Include Sales Tax) Year 1 (July 1 2010 thru June 30 2011: First Day Storage Fee (from arrival at facility to first 24 hours): $ �5, rri7 Every 24 hours thereafter (or part of if released prior to 24 hours): $ . 0 2. Year 2 (July 1 2010 thru June 30 2012): First Day Storage Fee (from arrival at facility to first 24 hours): $ L Every 24 hours thereafter (or part of if released prior to 24 hours): $ 3. Year 3 (July 1, 2012 thru June 30, 2013): First Day Storage Fee (from arrival at facility to first 24 hours): $ 00 Every 24 hours thereafter (or part of if released prior to 24 hours): $ It G: /Clerk /City Council /Agreements/Towing /2010- 2013/Towing Specifications 2010 -2013 TOWING SERVICES (Per Detailed Specifications and Includes Sales Tax) is bid as follows: Year 1 (July 1, 2010 thru June 30, 2011): TOWS BASIC FEE ADDITIONA FEE TOTAL TYPE I $ �� ea. TYPE 11 $ 5 r;t.5 $ '25 $ 5 - Cleanu TYPE III $ 5 $ !A(} ,' $ , • Drive Line TYPE IV $ p eci $ 1 � : , . •l c. $ , lfl Winchin $ $ Doll 2 $ , L5 $ ( Cleanu p) TYPE V $ ! t 7 $ ' c- ,' $ � 1-O . ( Cleanu p) TYPE VI $� TYPE VI $ Per Hour 2. Year 2 (July 1 2011 thru June 30 2012) TOWS BASIC FEE ADDITIONAL FEE TOTAL TYPE 1 $ ea. TYPE 11 $ $ Ic vv $ 5 - (Cleanu TYPE III $ $ 40.e>° $ • Drive Line TYPE 1 $ $ ,�' yar.ht. $ ( Winchin g) D� ®o $ Cleanu TYPE V $ $ ®(, $ Cleanu TYPE VI $ 5D 1511 TYPE VII $ / Per Hour G; /Clerk /City Council/Agreements/Towing /2010- 2013/Towing Specifications 2010 -2013 Year 3 (July 1 2012 thru June 30 2013) TOWS BASIC FEE ADDITIONAL FEE TOTAL TYPE 1 $ 3- ea. TYPE 11 $ $ SCE do ( $ , Cleanu TYPE III $ � $ 45. $ _. Z✓ Drive Line TYPE IV $� cc) $®rs'vpr.t ^. $ ( Winchin g) (Doll $ 30.cv $ Cleanup > TYPE V $ $ 30,0 $ (Cleanup) TYPE VI $ r> TYPE VII $ J c Per Hour Bid security in the amount of $500.00 accompanies this proposal, the same being subject to forfeiture in the event of default of conditions as specified in the "Instructions to Bidders" and other contract documents. It is understood that the right is reserved by the City to reject any and all bids, and that this bid may not be withdrawn until thirty (30) days after the time the bids are opened. If this bid is accepted, the undersigned agrees to execute the proposed contract. Further, it is understood by the undersigned that unless this proposal is accompanied by the attached signed and notarized "Affidavit of Non - Collusion ", the City Council will not accept this bid. Respectfully submitted, Address State whether bidder is: ❑ Individual ❑ Partnership (Check One) GIClerk /City Council/Agreements/Towing /2010- 2013/Towing Specifications 2010 -2013 Corporation If Partnershio. Name of Partners: If Corporation, Name and State in which Incorporated: AFFIDAVIT OF NON - COLLUSION I hereby swear or affirm under the penalty for perjury: 1. That I am the bidder (if the bidder is an individual), a partner (if the bidder is a partnership), or an officer or employee of the bidding corporation having authority to sign on its behalf (if the bidder is a corporation); 2. That the attached bid or bids have been arrived at by the bidder independently, and have been submitted without collusion with, and without, any agreement, understanding, or planned common course of action with any vendor of materials, supplies, equipment or services described in the invitation to bid, designed to limit independent bidding or competition; 3. That the contents of the bid or bids have not been communicated by the bidder, or its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid or bids, and will not be communicated to any such person prior to the official opening of the bid or bids; and 4. That I have fully informed myself regarding the accura of t e statements ade in this affidavit. Signed and sw rn to before me day of (9t,16 2010. MyComrtYssion Expires: BOO // Firm Name: t N ,1m d AN am lo 31, 2011 Bidder's Employee Identification Number: (Number used on Employer's Quarterly Federal Tax Return, US Treasury Department Form 941) G: /Clerk /City Council/Agreements/ -I i owing /2010- 2013 /Towing Specifications 2010 -2013