Loading...
HomeMy WebLinkAboutContract 28600C; 'R �. , _ i ��� ������ ����� CONTRACT FOR TOW TRIJCK SERVICE (T1LT BEDIROLL BACK) WHEREAS, fhe City of Fort Worth occasiona[ly requires the services of tow trucks; and WHEREAS, such tow truck services are necessary to protect the safety of the citizens of the City of Fort Worth, NOW, THEREFORE, KNOW ALL BY TH�SE PRESENTS: The City of Fort Workh, hereinafter referred to as "City", acting herein by and through Libby Watson, its duly authorize� Assistant City Manag�r, and American Taw & Auto Repair , i��reinafter referred to as "Company", acting �erein by and through Ken El�Comaus, ifs duly authorized Owner, agree as follows: �. SERVICES City heraby contracts with Company to provide police pull towing service. As used herein, "police pull" shall mean that the Fart Workh Police Department has called Company from the rotation list to either remove a wrecked or disabled vehicle or ta remave a vehicle in a safe driving conditian, but the owner is not present, abls or permitted to drive or ta make autharizatians. 2. TERM The initial term of this contract s�tall expire on September 30, 2a43. In additior� to �he Enitial term ofi ti�is cor�tract, there shall b� four options to renew for t�rms of on� y�ar �ach, unless earli�r terminated as �ereinafter �rovid�d. Rehewal s�all occur upon City including in ifs budget for th� options years sufficient funds to pay for its obligatians hereunder and Company providing proof of insurance to City. 3. COMPENSATION 3.1 Compensatio�. As compensation for providing the services contemplated by this Contract, Cify agree�s ta pay Company as follo�v�f�����,��� ����l�I'�U '���'� ����� 1' �� � ��� ; � � t��I�, ���. ;�:;�, �, 0 a} Towaqe. A charge of one hundred twenty five dollars �$125.00) for towing such vehicle from one point on a street to another locafion within the corporate limits of the city as direcfed by the police officer at the place wher� the tow originated; such charge includes one-haEf hour of Exfra Work. In the event Company responds to the scene af a police �ull with a tilt bedlroll back truck w�en the police pull could have been accomplished with a standard tow truck, Company shall be entitled to the reduced charge of �ne hundred dallars ($100.00). b) Second tow vehicle. In the event the police officer at the scene determines that a standard tow vehicle is r�quired in addition to the tilt bedlroll back truck, a charge of One hundred Dollars ($100.00) per hour, with a minimum charge of one hour, bi�led in incrEments of fifteen {15) minutes while at the scene o� the police pull. A police supervisor shall approve the use ofi a second tow truck. Travef time is �xclud�d. c) Extra work. An additional charge of One hundred dol{ars ($100,a�) per hour, with a min'imum charge ofi one hour, charged in incremenfs of fifteen {15) minutes, for removing ve�icles that are off the street right-of-way, such charge to be made from f�e time the operator begins ta r�move the vehicle until it is on the traveled portion of the street. Even thoU�h the vehic�e is within the street right-ofi-way, an additional charge may be made if the vehic[e is locat�d in some unusua[ condition w�thin the right-of-way, such as, but not limifed to, a river or a creek bed or a ditch of greater depth than the ordinary bar ditch. Extra work shalf only be allowed when authorized by a palice officer at the scene of the pul[. The charges for such extra work shall be reviewed and approved by the Aufo Poun� Wrecker Administrator. Extra work excludes travel time, waitir�g tim�, and clean-up time. d} Handlinq hazardous materials. When fhe cargo of any motor vehicle or trailer includes explosive, nuclear, radioaciive, hazardous or carrosive materials, as �efined by the Environmenta[ Protection Ag�ncy, Texas Depar�ment of Transportation, or the Texas Commission on Environmental Quality, a fee equal to ane hundred-fifty (150) percent of the charges Ti]! Wrcdcer 2 Yage 2 of 12 permitted under subparagraph "a" abo�e. In addition, a charge may be made for expenses incurre� related to protecti�e clothing and any other supplies or equipment used in han�lin� such materials, such charge being equal to the actual amounts incurred plus fifteen (15} percent. e) Nothing cantained herein shall be construed so as to obiigate City to �x�end any sums of money except far work actually perFormed. Further, nofhing contained herein shall be construed so as to guarantee that City will contact Company for any towing s�rvice contemplated by this Contract. 3.2 Invoicinq and Pavment. Cflmpany shall lnvoice City ance per monfh. Company shall include wifh the invoice such documents as may l�e reasonably reguested to provide evidence of th� services pra�ided to the City, which at a minimum shall include copies of the wrecker selection form signed by the offic�r at tY�e scene of th� police pull andlor personnel at the Fort Worth Auto Pound. Such invoice shall be subject to th� review and approval of appropriate City personnel. City shall remit payment to Company not more than thirty (30) days following aPproval af invoice. 3.3 Camp�nsation Review. City shall review on an annual basis the compensation pro�ided for hereunder, with the f�rst such r�;view to be conducted during the month of Augusf 2003. Similar reviews shall occur in August of each succeeding year that this contract is in effect. City shall make adjustments in the campensation based upon increases or d�creases in the cost af doing business, taking inta cansideration fuel, insurance, labor, and such other cosis as may be relevant ta the operation of a towing business. �. VEHICLE AND EQUIPMENT REQUIREMENTS Company shall mainta[n af all times the follawing vehicles and equipment in working condition: a} A minimum ofi one (1 } tilt bedlroll back dual rear wheel wrecker rated at not less than 14,000 pounds �rass v�hicl� weight. b) At a minimum, all wreckers shall b� e�uip�ed with the following equipment, which at afl times shall be mainfained in working orde�: Tilt Wrecicer Page 3 af 12 � � 1) 2) 3} 4) �) 6) 7} 8} 9) � 0) 11) 12) 13} 14) 15) Tow bar Towing lights Emergency overhead warning lights (r�d or amber color anly} Safety chain Fire extinguish�r, A.B.C. Type Vllrecking bar Broom Ax Shovel Reflectors or trafific cones Trash cantainer Two way voice or computer communication between tow truck and Company dispatcher Backing warning signafs Wheel chocks Traffiic cones c) Each w�ecker shal[ have the identifying markings r�quired by the Texas Transportation Code, section 642.Ofl2. In addition, eacf� wreckar shafl provid� Notice of Complaint Proc�dures ta the owner of a tow�d vehicle as outlined by the Texas Deparfinent of Transportation Rules and Regulations as contained in 43 Texas Administrafi�e Code, Chapter 18, stabchapter 18.89, as same may be amended from time to time. d) Each tow truck and the required �quipment shall be inspected �y the Chief of Police or his autharized designee prior to being used for services confemplated by th�s contract. In addition, each tow truck and fhe required equipment shafl be subject to intermittent inspection to assure compliance with this contract. Tilt Wreckar Nage 4 of l2 � i � �. INSURANCE REQUIREMENTS Company shall maintair� insurance of the following types and amounfs from ins�rers acceptable to the City: 5.1 Commercial General Liability $500,000 each occurrence ��aa,�00 aggregate .�; Garage Liability $500,Q00 each accident, other than auto $500,000 aggregate 5.2 Automobile Liability $500,Ofl0 each accident, combined single limit This coverage shall include all vehicles owned or non-owned fhat are operating under Company's o�erating authority. 5.3 GargolOn�Hoo� $3�,QQ� per unit Cov�rage shall include both t}�e unit being towed and its contents. Units covered shall includa but not be limited to motor vehicies, trailers and boats. Coverage shall be written on a direct primary basis. 5.4 GARAGEKEEPER'S LIA�ILITY $3�,00� per unif 5.5 Warker's CompensaiianlAccident lnsurance Coverage shall meet the minimum requirements of state law as con- tained in the Motor Carrier Rules and Regulations. 5.6 Current insurance certificates shall remain on file with the City during the term of this Contract. Insurance coverage may, at the sole discretion af th� City, be revised upward upon thirty (30) days prior written notice to Company. Policies shall be endorsed as follows: TiVI Wreckcr I'age 5 nl' 12 5 � , a} The City, its officers, employees and servants shail be endorsed as an additional inst�red on all policies except em�loyer's liabiliiy insurance coverage under the workers' compensation ir�surance policy. b) Cer�ificates af insurance shall be delivered to the supervisor of the City of Fort Worth Auto Poun�, 1301 E. Norkhside Drive, Fort Workh, TX 76102, prior to any work being �erformed under this contract. c) Any failure on par� af the City to request required insurance documentation shall not constitute a waiver ofi the insurar�ee requirements specified i�erein. d} Each insurance policy shall be endorsed to pro�ide the City a minimum ti�irty days �otice of cancellation, non-renewal, andlor material change in policy terms or coverage. A fen days notice shall be acceptable in the e�ent of non-payment of pr�mium. e} Ir�surers must be authorized ta do business �n the State o� Texas and have a currenf A.M. Best rating of A: VII or equivalent m�asure of financial strength and sol�ency. f) Deductible limits, or self-funded ret�ntion limits, on �ach policy must not exceed $10,000.00 per occurrence unless otherwise ap�roved by the City. g) Other than worker's compensation insurance, in lieu of traditional insurance, City may conside�- alternative coverage or risk treatment measures through insurance poals or risk retention groups. The City must approve in writing any alternative coverage. h) Warkers' compensation insurance policy(s) covering employees shall be er�dorsed with a waiver of sUbragation providing rights of recovery in favor of the City. i) City shall not be responsib[e for th� direc# �ayment of insurance premium casts. j) Insurance polici�s shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall nat be cal{ed upan to confribute to loss recovery. Tilt Wrecker Page C of l2 i k� Company shal[ repor�, in a timely manner, to City's officially designated contract administrator any known loss occurr�nce which could give r�se to a li�bility daim ar lawsuit or which could result in a praperty loss. I) Company's liability shall not be limited to the specified amounts of insurance required herein. m) Upon the request of City, Company shall provide complete copies of a11 insurance policies required by these contract documents. 5.7 In the event a state or fe;deral law, rule or regulation pertaining to wrecker service companies operating withir� the State of Texas exce�d insurance requirements specified herein, such state or federal law, rule or regulation shall prevail far the respective type of insurance coverage andlor limit thereof. [� DUTIES AND RESPON5IBILITIES OF COMPANY Company, during the t�rm of this contract, shall perform the following duties and have #ne following responsibiliti�s: a) Main�ain as its primary business the towing of vehicles or trailers by wreckers m�eting the requirements of paragraphs 4(a) and 4(b) abov�. "Primary business" shall mean that Company receives more than fiifty per- cent (�0%) of it gross revenues fram the towing of vehic[es and trailers. All o�f company's records shall be aper� to �-easonable insp�ction, both at the time ofi exect�iion of this agreement and at any time during the term hereof, to verify campliance with ihis condition. b) Maintain a currently licensed v�f�icie storage facility located witY�in the corporate limits of the City. "Vehicie storage facility" shall mean a facility operated by a person under Articie 6687-9a, Revised Sfatutes. cj Maintain business operation twenty-four (24) hours a day, seven days per week. d} Respond ta all calls contemplated by this cantract wii�in thirky (30) minutes af notification, except in extraardinary �ituations where delay is caused by ice, snow, or otner weather r�lated conditions. In the event Company fa�ls to Ti{t Wrecker 'r Page 7 oF 12 I t respond as required, City may notify anoth�r wrec�Cer campany and Company sha{I not be entitled to the compensation to which it would have been entitied had it arrived timely. �) Maintain on file with the City the name of tl�e awner, pr�sidenf ar chief ex�cutive officer, business address and te{ephone number; turther Company shall notify the City of any change of ownership, president or chief executive afficer, or change of address within five (5) business days ofi any such change. f) Deliver the motor vehicle being towed to the location within the corporat� limits of City designated by the police officer at the scene of the pull. Delivery sha11 be made without delay or detour. g) Fully cooperate with any investigation con�ucted by the City regarding complaints against Company, whether or not such com�laints aris� out of services contemplated by this Cantract. h) Shall not become delinquent in the payment of any fiaxes due to Giiy. i) 5hall not go to ar�y accident scene unless the Company has been call�d to th� scer�e by the owner or operator of a vehicle ar an authorized representative of same, or by the City. j) Compl�tely remo�e all debris resulting from any accident ta which the Company is responding. Removal of d�bris shall not be considered complete by merely sweeping it to th� curbline. !c) Shall nat solicit any wrecker business within the carporate limits of City at the scene of a wrecked or disabled vehicle, regardless o� w�ether ti�e solicitatian is for th� purpose of saljciting the business of towing, repairing, wrecking, storing, trading, or purchasing the vehicie. I) Shall only emp[oy drivers of tow trucks authorized to operate same. m)Provide ti�e Police Pound personnel with an invoice at tF�e time ti�e veF�icle is delivered to the Auto Paund together with the signed wr�cker selection form to be provided. Tilt Wreckee Page S af 12 E 7. TERMINATION AND SIJSPENSION 7.1 This contract may be terminated or suspended by the Ci#y for any of the following causes: a) Violation of any term or condition specified in this contract. b) Failure fo notify the Communications Division of fhe Police Department within fifteen {15) minutes from tY�e time of notification if the Com�any will be unable to respond within the thirty (30j minutes allott�d for a resportse to a wrecker call. c) Permitting a tow truck to be operated by anyon� while under the influence of alcoho! andlor drugs. d) Permitting a tow truck to be operated by ar�yane whose operafor's license is s�aspended. e) Trar�sferring ar assigning any call for service to any other company f) Any sustained camplaint of theft by personnel of Company while acting in their capacity as employees of Company, whether occurr�ng d�ring a police pull or otherwise. g) Any s�stained camplaint of threats made by personne[ of the Compar�y while acting in their capacity as em�loyees of Company made against third par�ies during a police pull or otherwise. h) Failing fo compfy with all directions of police personnel at the scene of a polic� pull or civilian or police personnel at th� Police Auto Pound. Company may request a paiice supervisor to validate any such direcfion given. i} Failure to comply with any sfate or federal faw or city ordinance related to the o�eration of a wrecker company. j} Five (5} passes within a thirty (30) day period. Pass in th�s paragraph shall mean Company failing to notify the City of its inabifity fo respond to a requ�st for service as required by paragraph 2 above. Till wrecke,• Page 9 nl l2 9 r a k) Ten (10) passes within a thirty �3Q) day period. Pass in this paragraph shall mean a Company notifying the City o� its ir�abi�ity fo res�ond to a request for service as req�ired by paragraph 2 abo�e. I} Violation of any rule or regulation contained in Exhibit "A" attached hereto. 7.2 City shall notify Company in writing of its intent to terminate or susp�nd for cause twenty (20) days prior to such suspension or fermination. Com�any shall have the right to request a hearing before the Chief of Police or hEs designee regarding the intent to terminate or suspe�d for cause by requesting a hearin� in writing within five (5) business days after receipt of natice of intent to terminate or suspe�d. A hearing shall be canducted within fifteen (15) days of the request for hearing. Tne City, in its sole discretion, may temporarily suspend this contract during any appeals process. 7.3 In the event this contract is suspended for cause, the suspension shall be for a periad of iim� of not less than six (6) months nor more than twelve (12) months, 7.4 In fihe event City susp�nds or terminates this contract for cause, and the cause far such suspension or terminatian is determined to be invalid, Company's sole remedy shall be re�ns#atement of this contract, Company expressly waives any and all rignts to monetary damages, including b�t not limited to actuai and punitive damages, court cos�s and attorney's fees., 8. INDEMNIFICATION With regard to any liabi{ity which might arise hereunder, City an�.Customer agree thai they shall be solely and exclusively liable for the neglig�nce of its own agents, sei-vants, subcor�tractors and employees and ti�at neith�r party shall look ta the other party to save or hold it harmless for th� consequences of any negligence on the par� of ane of its own agent, s�rvant, subcon#ractor or employee. Nothing contained Y�erein sl�all be construed to be a wai�er by City of any right ofi protection that it enjoys under applicable State or Federal law. Tilt W'recker Page ID of l2 1� �� ASSIGNMENT Company shall not assign, transfer or sublet this Contract or any portion hereof to any party r�vithout the �rior written consent of City thaf shalf not be unreasonably withheld. Any such assignment, �ransfer ar subletting of this Contract s�all be void and shall operate as a termination hereof. 10. ZONES AND ROTATI�N LIST A. City shall divide the city into four (4) zones that shall correspond to the faur (4) patrol divisions. Com�any shall be assigned to the zone or an adjacent zone in which it maintains its principal �laca of business. B. City shafl create a rotation list within each of the four (4) zones that will dictate the order in which wr�cker companies are contacted. C. City may request Company to c�nduct a police pull within any zone, and Company agrees to use its best effarts #o arrive at the scene of the police pull within fhirty (30) minutes. 11. {NDEPENDENT C�NTRACTOR t is understood and agreed �y th� parties hereto that Company shall perform all wark and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of the Gity. Company shalf ha�e exclusive contral of and the exclusive right to control the details of the work or servic� to be perFormed h�r�under, and all persons performing same on behalf of Company, an� shalf be solely responsible for the acts and omissions of its affcers, agents, servants, empioyees, contractars, subcontractors, iicensees a�d invitees. The doctrine of respondeat superior shall not apply as between ihe City and Company, its afficers, agents, s�rvants, employees, car�tracfars and subcantrac�ors, and nothing herein shall be construed as creating a partnership or joint venture between the parties hereto. In witness whereof, the parties hereto have executed this Contract on t�e � 3��� day of , 20�. Tilt Wrccker Page l l nf l2 11 ATTEST: � �?�-��-� ��� or' Pearson City Secretary APPROVED AS TO F4RM AND LEGALITY Assistan'� City Attorne�y ATTEST; Corporate Secretary CiTY C��ORT W,f�ftTH _ � By, ' .k�ib�y N(�a,�sor� Assistant City Manager , �� - l +' _�`�� C�n�.ract .A�pthor�tzatinn � }`' .r. __ ! r , _ _`"T. ._ ._ � ��t� American Tow & Aufo Repair (Compan ame) �` 13 : \ Y K�n Elkomous, Owner TiEI Wre�lcer l� Pagc l2 0� l2 � _ � Y � i � Vy� a �'���}{��rilw�i� ��a ti�''� ���, ���� E�I�I�IT A AlUT� P�LJ1tT�] The followiiig rules and regulatio��s will be followed by ALL Wr+ecker Comp�nies upon arriv�tl ai the Auto Pou�ad. 1. Tl�e er�try gate will not be bloclted by wrecicers waiting to enter or exit the Auto pQlil]a. 2. No wrec�cer shall enter ihe Auto Pouild with inare than one (1) �ersoi�/operator, unless authorized by the on duty shi� supervisor, Ti�is wiIl be done on a case by case basis. 3. For safety reaso�is, a Car Carrier will be required to off load their cargo when possil�le. This shall be dele�-mined by the o� duty supervisor. 4. Inventories shoLild Ue lia��dled in an expeditiaus manner wI�en possible. Hor�ever, Auto Pound persoiuzel are required to do a compl�ta aild precise invezltory of all property and vehicles. A specific time fraine would b� irnpossible to institute. S. No wr�cker drive�/operator �ill assist witll auy inventory being condueted by Auto Pound persomlel. 6. The use of Car Can•iers, extra time, extra equipment, etc., shall be subject to approval l�y the Wrecicer Administrator o� Auto Pound Supervisor. 7. Wrecicer drivers/operators/owners shaIl Ue required to follow any directions or inshuctions given l�y Auio PoLind persa�nel. 8. VVrecicer Company Owners shall assist a��d comply with any investigaiian per�an��ed by Auto Pound persa��nel or the Fort Worth Police Department in regai�s to their company, driver, operator and or Uusiness without hesitation. 9. Violations oi any of tl�e aUove ililes sl�all Ue s�ibjecl to revie�w Uy khe Wrecker Admiiustrator or Auto Pound Strpervisor. The Auto PoLrnd Supervisor or a higl�er level of coinmand may deiermine discipli�iary action t�p to and irlclt�din� tenninatioia of cantract. �'ity of �'o�t �orth9 Texas 1�1��� #�1�� ��[�1'1�1� �����#I�1������ DATE F2EFERENCE NUMBER LOG NAME PAGE 4181�3 �d� g�qoQ� 35TOWS 1 of 2 SIJBJ�CT SUPPLEMENTAL APPROPRIATION ORDINANCE AND CONTRACTS FOR NON- C�NSENT TOWING OF WRECKED OR ABANDONED VEHICLES FROM MULTIPLE VEND�RS REQUIRED BY CITY �RDINANCE F�R THE POLICE DEPARTMENT RECOMMENDATION: It is recammended that tf�e City Counci�: 1. Authorize contracts 'for Po[ice Department requested non-consent towing of wrecked or abandoned. �ehicles from muliiple ��ndors as required by SectEon 34-181 of the Code of the City of Forf Worth (1986), as amended; and 2. Aufhorize the c�antracts to begin April 8, 2003, and expir� Septer�ber 30, 2Q03, wi�h aptians to renew for four additional one-year periods; and 3. Adopt the attached supplemental appropriation ordinance ir�creasing estimated receipts and appropriations by $44fi,944 in the General Fun� from a�ailable funds. D15CU5SION: Section 34-1$� of the Code af the Ci#y af F'ort Warth (1986}, as amended, required that al! palice department, non-consent tows, shall be undertaken pursuant to contract, specificafly �x�cuted �etween th� City and a wrecker company. The Public Safiety Committee extensi�e[y re�iewed the new rates and unanimausly approved this recommendation an March 25, 2003. There are three types of contracts and ra#es as follows: o Standard tow trucks $100 o Tilt bedlrollback tow truc�Cs $125 o Tandem tow trucks $180 Contracts will be executed with any �endor desiring to perform non-consent tows for �he Palice Department, if they meet the contrac# requirements such as �owing operations �eing the uendors primary b�siness, equipmenf specif�cations, insurance, and a locally licensed storage facility. Th� fees for services to be provided and assignment to one of four zones are the same as coniaine� by City Gode. The estimafed expenditure for these services is $1.8 million per year including the anticipated increase (of $446,944) for the remainder of the fiscal year �ased or� the revised rates. This increase wilf be offset by reuenue collected as fees. RENEWAL QPTIQNS - Th�se contracts may be renewed for up to fottr successive one-year terms at the City's opfion. This acfian does �ot require specific City Council approvaf pro�ided the City Council C'ity of ,�ort �orth, T'exas c���� ��� �,��r���[ ��r��c��������� DATE R�FER�NCE NUMB�}� LQG NAM� PAG� 418f03 �o� g��4 35T�WS 2 of 2 suB�Ec�r SUPPLEMENTAL APPROPRIATI�N ORDINANCE AND CONTRACTS FOR NON- CONSENT TOWING OF WRECKED OR ABANDONED VEHICLES FROM MULTIPL� VEND�RS REQUIRED BY CITY �RD[NANCE FOR THE P�I�ICE DEPARTMENT �as appropriated sufficient funds to satisfy th.e City`s obfigation during the renewal term. FISCAL WFORMATION/CERTIFICATION: The Financ� Director certifies that upan ap�ro�al and campletion af fhe aba�e r�comm�ndations and the adopiion of the attached supplemental appropriation ordinance, funds will be availabEe in the current �perating budget, as appropriated, of the General Fund. LW:r Submitted for C'rty Manager's Office by: Libby Watson Driginatiog Department I�ead: Ralph Mendoza Additinnal Infnrmation Contact: Susan Alanis F[IND I ACCOUNT I CENTER {to) GG01 539120 0353403 6183 GG01 462624 0353403 48386 {fi•ani) GG01 539120 0353403 782b2 I AMQi7N'T $446,944.�0 $446,944.00 $446,944.00 CITX SECR�TARY APPROV�D b4/Q8103 ORD.# 155I7