Loading...
HomeMy WebLinkAboutContract 28619¢ T �� C�I f Y ��C��iP�RY CC�N�fRAC� t� . ���. CONTRACT F4R T4W TRIJCK SERVICE (STANDARD SERVICE) WHEREAS, the City of �ort Worth occasionally requires fhe services of tow trucks; and WHEREAS, such tow truck services ar� necessary to protect the safety of the citizens of the City of Fort Worth, NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: The City of Fort Worth, hereinafter referred to as "Cify", acting herein �y and through Libby Watsor�, its duly autharized Assi�tant City Manager, and PurrFecf Towinq & Storaae, hereinafter referrec! to as "Company", acting herein by and t�ro�gh Henry Tiierina, its �uly authorized Owner, agree as follows: 1. SERVICES City hereby contracts with Company to provide police �ull towing s�rvice. As used herein, "police pull" shall mean that t1�e Fort Worih Police Depar�ment has called Company fram the rotation fist to either remove a wrecked or disabled vehicle or to remove a vehicle in a safe driving con�ifion, but the owner is not preser�t, able or permitted to drive ar to make au#horizations. 2. ��G ir The initial term of this contract shalf �x�ire on 5e�tember 30, 2Q03. ln addition to the initial t�rm of this contract, there shall be four options to renew for terms of one y�ar each, unless earlier terminated as her�inafter prav�ded. Renewal shall occur upon City includi�g in its budget for tF�e aptions years sufficient funds to pay for its obligations h�reund�r and Company providing proof of insurance to City. 3. COMPENSATION 3.1 Compensatian. As compensation for provid�ng the services contemplated by this Contract, City agrees to pay Company as fofl :- - -- � _ _ ,�;J��� �����"�? ���� �������� '��. '�������. Y��� , a) TQwacte. A charge af One hundred Dollars ($100.00) for towing suci� vehicle from one �oint on a street ta another location within the corporate limits of the city as directed by the police department at the place where the tow originated; such charge includes ane-half hour of extra wor�C. b) Second tow truck. In the event the police officer at the scene determines that a second tow fruck is required, a charge af One hundred dollars {$100.00} per haur, with a minimum charge of one haur, billed in increments of fifteen (15} minutes while at the scene of tY�e police pull. A police supervisor shall approve the use of a second tow trucl�. Travel t�me is �xcluded. c} Extra work. An additianal charge of one hundred dollars ($100.00} per hour, with a minimum charge of one hour, charged in increments flf fifteen (15} minut�s, for remaving vehicles that are off the street right-of-way, such charg� to be made from the time the operator begins to remove the vehicle until it is on the tra�ele� portion of the street. Even though the vehic�e is within the street right-of-way, a� addifional charge may E�e made if ihe vehicle is located in some unusual condition within the right-of-way, such as, but not limit�d to, a river or a creek bed or a ditch of greater depfh than the or�inary bar ditch. Extra wark shall anly be allowed when authorized by a police officer at the scen� of the pull. The charges for such extra work shall be reviewed and approv�d by the Autn Pound Wrecker Administrator. Extra worCc excludes travel time, waiting time and clean-up time. d) Use of a dallv. No additional fe� shall be charged for the use of a dolly. e) Handlinq �azardous materials. When the cargo of any motor vehicle or trailer inciudes explosive, nuclear, radioactive, hazardous or corrosive materials, as defined by the Enviranmental Pratection Agency, Texas Deparfinent of Transpartation, or the Texas Commission on Environmenfal Quality, a fee equal to one hundred-fifty (150) percent of tne charges w�ich may be assessed pursuant to subparagraph "a" above. In addition, a charge may be made for expenses incurred relafed to protective clothing and any 5t.sndac�d Wrccl<cr � Page 2 nf lz � 1 qther supplies or equipment used in handling such materials, such charge being equal to the actual amounts in�urred plus fifteen (� 5) percent. f) Nothing contained herein shall be construed so as to obligate Ci�y to expend any sums of money. Further, nothing contained herein sha�l be construed so as to guarantee to Company that Cify will contact Company for any towing s�rvices conternplated by this Contract, 3.2 Invoici�q and Pavment. Com�any shall Invoice City once per month. Company shail ir�clude with the invoice such documents as may be reasonably requeste� to pravide evidence of the services provided to the City, which at a minimUm shall include copies of the wrecker selection form signed by the officer at the scene of the police pull andlor personnel at the Fort Worth Auto Pound. Such invoice sha11 be subject to the review and approval of appropriate City personnel. City shall remit payment ta Company not more than thirty (30) days fallawing approva! of invoice. 3.3 Compensation Re�iew. City shall r��iew an an annual basis the com�ensation provided for hereunder, wifh the first such revi�w to be conducted during ihe month of August 2003. Similar reviews shall occur in August of each succeeding year that this contract is in effect. City shall make adjustments in the campensatiart based upon increases or decreas�s in the cast af doing business, taking into cansideration fuel, insurance, labor, and such other costs as may be relevant to the operation of a towing business. 4. VEHICLE AND EQUIPMENT REQUlREMENTS Company shall maintain at all times the following vehicles and equipment in wor4ci�g condition: a) A minimum of two (2) wreckers, one of wnich shall be not less than 14,Q00 �ounds gross vehicle weight and ane of which shall be r�ot less than 10,000 pounds gross vehicle weight, dual rear wheels, eq�ipped with a hy�raulic operated winch, winch lines, and a baom rated at not I�ss than 8,000 pound lift capacity and a wheel lift device rated at not less than 2,500 pounds. s���,da:•d wr�ck��• 3 I��ge 3 nf l2 � � b) At a minimum, all wreckers shall be equipped with the following equipment, which at all times shall be maintained in working order: �} 2) 3) q� } 5) 6) 7) 8) 9) 10) 11) 12) 13} �4) Tow bar Tawin� I�gh�ts Emergency averhead warning lights (r�d or am�er color only) Safety cF�ain Fire extinguisher, A.B.C. Type Wrecking bar Broom Ax Shovel Reffectors or traffic cones Trash container Two way voice or computer cammunication between tow truck and Company dispatcher Backing warning signal Wheel choc4cs c} Each wrecker shall have the identifying markings required by the Texas Transportation Code, section 642.OQ2. In addit�on, each wrecker shafl provide Natice of Complaint Procedures to the owner of a towed vehicle as outlined by the Texas Department of Transportation Ru{es and Regulations as contained in 43 Texas Administrative Code, Chapter 18, subchapter 18.89, as same may be amended from time to time. d) Each tow truck and the required equipment shall be inspected �y th� Chief of Police or his authorized designee prior to being used for SENICP.S contemplated by this contract. In addition, each tow truck and the requir�d equipment shall be subject to mtermittent inspection to assure compliance with this contract. Slandard Wreclter G� I�age 4 af I 2 � INSURANCE REQUIREMENTS Gompany shall maintain insurance from insurers acee}�fable fo City of th� following types and amaunts: 5.1 Commercial General Liability $500,0�0 each occurrence $500,000 aggregate �� Garage Liability $5QQ,000 each accidenf, other than auto $500,000 aggregate 5.2 Automobile Liability $50Q,OOQ each accident, combined single limit Thjs coverage shall include a!I vehicles owned or non-owned that are operating under Company's opera�ing authority. 5.3 CargolOnnHook $30,OOQ per unit Coverage shal! include �oth the unit being towed and its cont�nts. lJnits covered shall inclUde but not be limifed to motor vehicles, trailers and boats. Coverage shall be written on a direct primary basis. 5.4 GARAGEKEEPER'S LIABILITY $30,004 per unit 5.5 Worker'� CompensationlAccident Insurance Coverage shall meet the minimum requirements af state law as con- tained in the Motor Carrier Rules and Regulatio�s. 5.6 Current insurance certificates si�all remain on file with the City during the term of this Cantract. lnsurance coverage may, at the sole discretion of the City, be revised upward upo� thirty {3Q) days prior written notice to Company. Policies shall be endorsed as follows: 5lanclard Weecl<er S I'nge 5 of 12 k} Company shall repark, in a timely manner, to City's officially designated contract administrator any l�nown loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I} Company`s lia�ility shall not be limited to the specified amounts of insurance requir�d herein. m} Upon the request of City, Company shall pravide complete co�i�s of all insurance policies required by these coniract documents. 5.7 In the e�ent a state or federal law, rule or regulation pertaining to wreck�r servic� companies operating within th� State of Texas exceed insurance r�quir�ments specified herein, such stafe or federal law, rule or regulation shall prevail for the respective type of insurance coverage andlor lim�t thereof. 6, DUTIES AND RESPONSIBILITiES �F COMPANY Company, during th� term of this contract, shall p�rForm the following duties and have the folfowing responsibilities: a) Maintain as its primary business the towing of vehici�s or trailers by wreckers meeting the requirements of paragraphs 4(a) and 4(b) above. "Primary business" shali mean that Company receives more than fifty per-cent (50%} of it gross revenues from the towin� of vehicles and trailers. All of company's recards shall be open to reasor�able inspection, botn at the tim� of execution of th�s agreement and at any time during the term hereof, to verify compliance with this conditior�. b) Maintain a currently licensed vehicle storage facility located within the corporate limits of the City, "Vehicle storag� facility" shall mean a facility operated by a person lic�nsed under Article 6687-9a, Revise� Statutes. c} Maintain business operation twenty-four (24) hours a day, seven days per week. d) Respond ta all calls contemplated by this contract within thirky (30} minutes of notification, except in extraordinary situatians where delay is caused by ice, snow or other weather related conditions. In the event Company fails to respond as required, City may notify another wrecker company and Company 5tandard Wrecker 7 Fage7ofl2 shall not be entitled to the comp�nsation to which it would have been entitl�d had it arrived timely. e) Maintain on file with th� City the name of fhe owner, president or chiefi executi�e officer, business address, and telephone number; furtner, Compar�y shall natify the City of any change of ownership, president or chief exec�tive officer, or change of address within five (5) business days of any such change. f) Del�ver the motor vehicle being towed ta the location within the corporate limifs of City designated by the police officer at th� scene of the pull. Delivery shall be made wi�hout �elay ar detour. g) Fully cooperate with any investigation conduct�d by the City regarding complaints against Company, whether or nat such compfaints arise out of services cantemplated by this Cantract. h) Shall nat become delinquent in the paymen# of any taxes due to City. i) S�all not go ta �ny accident scen� unless the Company has been called ta the scene by the owner or operator of a vehicle or an authorized representati�e of same, ar by the City. j) Completely remove all debris resulting from any accident to which the Company is responding. Remaval of debris shall not be considered complete by merely swe�ping it to tne curbline. k} Shall not solicit any wrecker business within the corparate fimits of City at th� scene of a wrecked ar disabled vehicle, rega�dless of whether fhe solicita�ion is for the purpose of soliciting the business of tawing, repairing, wrecking, storing, trading, or purchasing the vehicle. I} Shall only employ drivers of tow trucks authorized to operate same. m) Provide the Palice Pound persannel v�ri�h an invoice at the time the vehicle is delivered to fhe Auto Pound together witi� the signe� wrecker selectian form to be provided. 7. T�RMINATION AND SUSPENSION 7.1 This contract may be terminated or suspended by Cify fior a�y of the following causes; 5tandard Wrccl<cr $ I'age 3 of I 2 , , a} Violation of any term andlor condition specified in this contract. b) �ailure to notify the Communicativns Division of the Police Department within fifteen {15} minutes from the time of nofification if the Company will be unable to respond within the thirty (30} minut�s allatted far a response to a cafl far wrecker service. c) Permitting a tow fruck to be aperated by anyone while under the influence of alcohol andlor drugs. d) Permitting a tow fruck to be operated by anyone whose operatar's license is suspended. e) Transferring or assigning any call for service to any other company fi) Any sustained camplaint of thef� by personnel of Company whi[e acting in their capacity as employ��s of Company, whether occurring duri�g a pofice pull or otherwise. g} Any sustained com�laint of threats made �y personnel of fhe Com�any while act�ng in their capacity as �mployees of Campany made against third parties during a police pult or otherwise. h} Failing to comp�y with afl directions of police personn�l at the scene of a police pull or civifian �mp�oyee at the Police Pound. Company may request a pofice supervisor to validate any such direction given. i) Five (5} passes within a thirty (30) day period. Pass in this �aragraph shall mean Company faifing to notify the City of its inability to respand to a request for service as required by paragraph 2 above. �) Ten (10} passes within a thirty {30) day periad. Pass in this paragraph shall mean a Company notifying the City of its inabifity to respon� to a request far service as required by paragraph 2 above. k} Violation of any �ule or regulation contained in Exhibit "A" attached hereto. I) Failure to comply with any state flr �ederal law or city ordinance related to the operation of a wrecker company. 7.2 City shall notify Campany in writing of its intent fo terminat� or suspend for cause twenty (20) days prior to such suspension or termination. Company shall have the right to request a hearing befare the Chief of Police ar his designe� Siancl�rd Wreel<er C� Page 9 oi' 12 regarding the inient to t�rminate or suspend for cause by requestin� a hearing in writing within five (5) business �ays after receipt of notice of intent ta terminate or suspend. A hearing shall be conducted within fifte�n (15) days of the regu�st for hearin�. The City, in i�s 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 period of time of not less than six (6) months nor mare tE�an #welve (12) months. 7.4 In the event City suspends or terminates this contract far cause, and iY�e cause for such suspension or termination is determined to be invafi�, Company's sole remedy shafl be reinstat�ment of this contract. Company expressly waives any and all rights to monetary damages, including but nat limited to actual and punitive damages, court costs and attarney"s fe�s. 8. INDEMNIFICATION With r�gard fa any liability which might arise hereunder, City and Company agr�e that they shall be saEely and exclusively liable for the negligence af its flwn agents, servants, subcontractors and em�layees and that neither party shall look to the other party to save or hold it harmless for the consequ�nces of any negligence on the pari af one of its own agent, s�rvant, subcontractor or employee. Nothing contained herein shall be construed to be a waiver by City of any right of pratection that it enjoys under applicable State or ��;deral law. 9. ASSIGNMENT Company shall nat assign, transfer or sublet this Contract or any portion hereof to any parky withaut th� prior written consent of City that shall not be unreasonably withheld. Any such assignment, transfer or subletting of this Cantract withaut the consent af the City shall be void and shall operate as a termination hereof. Standard Wrecker 1� P�ge l0 nf 12 In witness w ereof, the parties hereto have executed #his Contract on the I��� day of , 20�. � ATTEST: CITY aF�FnRT WOR�H _ i �� � ,�� ` 'Fr ��� Glo a Pearson -- � -- —... � City Secretary �on�rac� Au�h,orixatfon ... '=---�: � ; � �= ti �`-� - :7at�? APPR�VED AS TO FORM AND LEGALITY Assisfan� City Attarney ATTEST: Corporate Secretary r, ( By: _ _ �.�by W�t�an Assistant City Manager Purrfect Towina & Staraqe (Campany Name) By: ,� ru+,..�-...� Hen Ti'er��r-esident 1 y , _ I � ��y'Y:����' � � � r . =SO�L Standard Wrecker 12 Page i 2 of 12 EX�II�I'�' � .�rTT� POYJNI� Tl�e followi�ag rules and regul�ttia��s vvill be followed by ALL Wrecker Compnnies upon a�•riva� �t ihe Aiito Pound. 1. The entry gate will not Ue Ulociced Uy wreckez-s waitii�g Ya az7ter or exit ihe Allto PauiYd. 2. No wrecicer shali enter the Auto Pound with mo�-e tIlan one (1) persoi�loperator, t�nless aukllorized by the oii d�lty sllift supervisor. This will be done az� a case by case U�sis. 3. Foc safe[y reasons, a Car Canier will be required to off load their cargo wl�en possible. This shall be deiermi�zed by the on duty supervisor. 4. In�entories sl�ould be handled in an expeditious maiuier when possible. Hnwever, A�ito Po�.u1d persoaulel are rec�uireci ta do a co�plele and preczse inventory of all property and velzicles. A specific time frauie would Ue impossible to institute. 5. No wrecicer driver/aperator will assist wilh any inve�itary being conducted Uy Auta Potuld �crsonnel. 6, The Use of Car Cai7�iers, extra tiine, ext�•a equipinent, etc., s11all be s�ibject ta �pproval Uy the Wrecicei- Adinii�istrator or A�ito Pound Supervisor. '1. Wrecic�r drivers/o�erators/owne�-s s1-►�11 i�e r�t��.iired to follow any directior�s or ii�skr�ictioi�� give�� l�y Auto Pound persomlel. S. Wrecicet- Compa��y Owners s11a11 assist a�ad co���ply with auy investigation perfaa7ned by Auto Poui�d persozulel or tlie Fort Worth Police Department iiz regards to k��eir coinpany, driver, ope�-ator and or business without hesitatio�i. 9. Violations of any of ihe abnve rules s11a11 be subject lo review by tlle Wrecl�er Adinu�istrator or Aitto Pouzld Supervisnr. The Auta Pound Supervisor or a higher level of co���mand inay detei7ziine disciplinary actian up to and ii�cll�ding tetniination of co�itract. C`ity of �ort l�ortli, T'exas ay�� ��� ����rc�l ���r�c�r�������� C�AT� REFER�NCE NUMB�'R LOG NAME 418I03 Cd19�4� 35TOW5 PAG � � of 2 sus.�ECT SUPPLEMENTAL APPROPRIATION ORDINANGE AND CONTRACTS FOR NON- CONSENT TOWING OF WRECKED OR ABANDQNED VEHICLES FROM MULTIPLE VENDORS REQUIRED BY CITY ORDINANCE FOR THE POLICE DEPARTMENT RECOMMENDATION: If is recommended that the Ci#y Courtcil: 1. Authorize contracts for Police Department requested no�-cor�sent tawing af wrecl�ed or abandoned �ehicles from muitiple vendors as required by Section 34-181 of the Code of the City of Fort Worth (1986), as amended; and 2. Authorize the contracts to begin April 8, 2003, and expire 5eptember 3�, 2003, with options to renew for faur additional one-year periods; and 3. Adopt fihe attache� supplementaE appropriation ordinance increasing estimated receipts ar�d appropriations by $446,944 in the General Fur�d from a►�ailable funds. D15CUSSION: Section 34-181 of the Code flf the City of Fort Worth (1986), as amended, required that all police department, non-conseni tows, shail be undertaken pursuant to contract, specifically executed between the City and a wrec[cer company. The Public Safety Committee extensiu�ly r��i�w�d the new rates and unanimously approved this recammendation on March 25, 2003. There are three types af contracts and rates as follows: � Standard tow trucks � Tilt bedlralfback tow trucks � Tandem fow trucks $10� $125 $�80 Confracts will be executed with any �endor desiring to perForm non-consent tows for the Police Departmenf, if they meet fhe contract requirements such as tflwing operatiflns being the ven�ors �rimary business, equipment specificafions, insurance, and a locaily licensed storage facility. The fees for services to be prouided and assignment to o�e of four zanes are th� same as contained by City Code. The estimated expenditure for these services is $1.8 milEior� per year incEudir�g the antEcipated increase (af $44fi,944) for the r�mainder af the fiscal year based or� the re�ised rates. This incrsase will be offset by reven�e callected as fees. RENEWAL OPTIONS - These contracts may be renewed for up to four successive one-year terms at the City's aption. This action do�s not require specific City Council appro�al pro�ided the City Cauncil C'ity of ' �'o�t Wort1�F 7'exas ���r� ��t� �.�u�r�c;Q ��m�n�����t��� DATE REFERENC� NL{MBER LOG NAME PAGE 4/8103 �o� g�44 35TOWS 2 of 2 SUBJECT SUPPLEMENTAL APPROPRIATION ORDfNANCE AND CQNTRACTS �OR NON- CONSENT TOWING OF WRECKED OR ABANDONED VEHICLES FROM MUL.TIPLE VEND�RS REQUIRED BY C1TY ORDINANCE FOR THE POLICE DEPARTMENT has apprapriated sufficient funds to satisfy fhe City's obligation during the renewal t�rm. F{SCAL INFORMATION/CERTIFICATION: The Finance Director certifiEs #hat upon approval and completian of the above recommendations. and the adop�ion of the aftached su�plemental apprapriation ordinance, funds will be a�ailable in the current operating budget, as appropriated, of the General Fund. LW:r Submitted for Cify Manager's Oftice by: Lib6y Watson Originating Department Head: Ra[ph Mendoza Additienal Information Contac�: Susan A3anis I FU1�D I ACCOUIVT I � {to} � GG01 539120 6183 GG01 462624 � 48386 I (fram) GG01 539120 � 78262 I CENTER I AMOUI�T 0353403 $446,944A0 0353403 $446,9�14.00 0353403 $�#46,944.0� CITY SECRETARY APPROVBD OA/08/03 ORD,# 15517