Loading...
HomeMy WebLinkAboutContract 44890-A1A1 1 241 C��ar S� �pQR`E ;AMENDMENT NO. 1 TO RESTATED CITY OF FORT WORTH CONTRACT 44890 AGREEMENT FOR STANDARD AND HEAVY DUTY POLICE-INITIATED AND POLICE-PURPOSE TOWING SERVICES The City of Fort Worth, hereinafter referred to as "City," acting herein by and through its duly authorized Assistant City Manager, and B&T BEST TOW, LLC DBA MILNER WRECKER, hereinafter referred to as "Contractor," acting herein by and through Gary Dennington, President, its duly authorized representative. City and Contractor shall be referred to individually as "party" and collectively as"parties." WHEREAS, the City of Fort Worth occasionally requires the services of tow trucks; and WHEREAS, such wrecker services are necessary to protect the safety of the citizens of the City of Fort Worth; and WHEREAS, the parties have previously entered into City of Fort Worth City Secretary Contract No. 44890, which was executed on September 30, 2013; and WHEREAS, the original term of the contract expired on September 30, 2014; and WHEREAS, the term of the contract was renewed on an annual basis, as authorized by the Fort Worth City Council; and WHEREAS, the contract was amended on October 26, 2016, to reflect equipment requirement changes desired by both parties; and WHEREAS, on December 21, 2017, the contract was previously amended and restated to update the current operations and responsibilities of both parties; and WHEREAS, the contract has no additional renewals remaining but continued services are needed while the City's procurement for tow-related services is completed; and WHEREAS, both Parties now wish to amend restated Contract 44890 to extend the term for an additional sixty-one days to allow for the continued provision of these vital services to protect the public's safety, decrease hazards on roadways, and ensure that the welfare of the citizens of Fort Worth and to amend the termination provision during the extension to ensure compliance with applicable state laws. CINO��ORTWORTH wv=a s 3� • C1TY S�.CRETACY FT. ,�. = 9 A Police-initiated or police-purpose Tow Page 1 of 6 , NOW, THEREFORE, City and Contractor, acting herein by and through their duly authorized representatives, enter into the following agreement to amend section 3 and section 10 of the previously amended and restated Contract 44890: 1, AMENDEMENTS The following sections shall be amended in their entirety to read as follows: J. TE'RIVI The initial term of this Agreement shall begin on October 1. 2013. and expire on September 30, ?014 ("Initial Term"). In addition to the Initial Term of this Agreement, at the City's option. there shall be four options to renew for terms of one year each, unless earlier terminated as hereinafter provided. Renewal shall occur upon City including in its budget for the option years sufficient funds to pay for its obligations hereunder. The term shall hereby be extended for an additional sixty-one days. subject to section 10 below, to end no later than November 30. 2018. 10. St ISPF:NSION AND TERMINI 'IJON' 10.1 During The Extended Period (10/1/18-11- -18): City shall have the right to immediately terminate this Agreement for any reason whatsoever without any penalty or cost to the City. to the event the C itv terminates this aereement before Novernber 30. 2018. the C itN shall notifN the Contractor in writing within one business day and shall not dispatch the Contractor on any additional tows pursuant to this Contract. City shall pay contractor within thirty (30) days of receiving a correct and accurate invoice from Contractor for any Police- purpose tows that are completed by Contractor prior to the «ritten notice of termination being provided by City. 10.2 During the remainder of the current renewal period (ending 9/30/18): All work performed by Contractor hereunder shall be performed to the satisfaction of the City. '['he determination made by the City shall be final, binding and conclusive on all Parties hereto. City shall have the right to suspend or terminate this Agreement as provided herein. Should contractor's work be deemed unsatisfactory to the City, termination. in whole or in part, will be Police-mutated or police-purpose Iou Pay: u(h made bN the City based upon recommendations from the Police Department, Termination, in whole or in part, should Contractor's work be deemed unsatisfactory, based upon recommendations will be made by the Chief or their desi,_,nee. .At anv time the Cite maN conduct a performance review ofthis Agreement. The information used in assessing Contractor's performance may include the information submitted by Contractor and any other information deemed pertinent by Cite. 10.2.1 This Agreement may be suspended or terminated by City to include, but not limited to, an,, of the following causes: while under peribmiance of this agreement: I) Violation of any term and/or condition specified in this Agreement: Pcrmitting a tow ti to be operated by anyone while under the influence ofalcohol and`or illcual dru,_,s: 3) Performing services under this At,reement while consuming, or while under the influence of drugs or alcohol: 4) Pennittin�,a tow truck to be operated by anyone whose operator's license is suspended: 5) Transferring or assigning any call for sei-vice to any other Contractor: 6) Any sustained complaint of theft by personnel of Contractor while acting in their capacity as employees of Contractor. 7) .Any sustained complaint of threats made by personnel of the Contractor while acting in their capacity as employees of Contractor made against third parties during a police-initiated or police-purpose tow or otherwise: 8) Failing to comply with all directions of police personnel at the scene of a police-initiated or police-purpose toy\. civilian employees at the Police Pound. or civilian employees pertorming inspections or contract compliance duties: 9) Failure to comply with any state or federal law or code or Cite ordinance related to the operation of a wrecker Contractor: 10)Disobeying traffic control devices (traffic lights, stop signs, etc.): 1 1) Using any type of siren besides the backup warning signal: 12) Making any repairs or alterations to a vehicle obtained from a police- initiated or police- purpose tow: 13)"Towing any vehicle which is occupied by any person, except as specifically directed by a police officer: Poi[u-uulwtea of Itm Kwe 3 oP, 14)Char`g,ing for services not performed or makin�t) duplicate charges for the same service or chart-,e anv fee in excess of those permitted under state law or this Agreement: 1 5)Using profane or obscene language which offends a customer or any other person: 16)Being verbally or physically offensive, abusive, disrespectful or discourteous to any customer, motorist. City crnployce or any other person: 17)Inappropriate touching anv customer, motorist. Cit\ employee or any other person, or 18)Operating any vehicle or other equipment in the performance of this Agreement in a careless, reckless, or negligent manner. 10?.2 When it comes to the attention of the Chief of Police that grounds exist for the revocation of a contract. license or permit issued under this .A(_,reement. a hearing ma\ be scheduled at the request ofthe Contractor through written notification to the Police Department. 1) The Department ma\ issue a notice to the Contractor of such hearim—sent by certified mail, return receipt requested. or by personal service. 2) r1 hearin�� notice shall be in writing and shall name the place, date and time ofthe hearini,. The notice shall also set forth a summar\ oftlhe char,—,es. �) A hearing shall be scheduled for a date no later than fifteen (15) days after the notice is issued. 4) A designated Deputy Chiefshall preside at the hearing, as hearing officer. 5) .At the conclusion of a hearing, the hearing officer shall make written findings of tact and conclusions without undue delay. The hearing officer shall further issue written orders appropriate to their findings within thirty (30) days ofconclusion ofthe hearing. 6) If urounds exist for the revocation of a license or permit. the hearing officer mai order such license or permit revoked or ma} order it suspended for a period not to exceed six (6) months. 7) A copy ofthe findings, conclusions and order shall be delivered to the Contractor. Ifthe hearing officer suspends or revokes a license or permit, they shall further deliver to the Contractor written notice ofthe right to appeal. 8) An% appeal that is started prior to September 30. ?018. shall be immediately terminated as of October 1. ?018. and the termination provision under section 10.1 shall control. 11. Yoltcr-uuu�tc�i Or puftie-purjpux I IM ALL OTHER TERMS SHALL REMAIN I'I IE SAME All other provisions of the Contract which are not expressl} amended herein shall remain in gull force and effect. Ill. ELECTRONIC SIGNAIIRE This Amendment ma, be executed in multiple counterparts, each of which shall be an original and all of which shall constitute one and the same instrument. A facsimile cope or computer image, such as a PDF or tiff image. or a signature. shall be treated as and shall have the same effect as an original. (REMAINDER 01= THIS PAGE IS INTI NIONALLY LEFT BLANK] [SIGNATURE PAGE: FOLLOWS] Putin-mvnatN or pohcc-purpose Io%% Pii�l'�ut t ITS WITNESS WHERE-101'. the parties hereto have executed this agreement in multiples in Fort 1\'orth. Farrant Count. Texas, this dad ol'1,� 20•'x. . CH 1' Of- FOIZ I' WORTI I B&T BEST TO1\. LLC DBA %ill-SER WRECKER Jesus C•hapa Gatti Dennington Assistant C' \ Manager President Date: Y Date: APPROVAL ON Eh D: Bv: _ Chief Joe . Fitr erald Chief of Police APPROVED AS FORM AND LEGALITY: By: nn te, Assistant City Attorney ATTEST: �QR���..� By: M Iry i. K F_d City Secretary Date: TEXNg Form 1295 Certification No: NOT REQUIRED This agreement does not require Cite Council approval Contract Compliance Manager: By signing. I ackno�Oedue that I am the person responsible for the monitoring and administration ofthis contract, including ensuf'Ing, all performance and reporting requirements. Ki berley D s Towinu Liaison Pornce-iwnatia or poLcc-purro.r I o%k I a a in