Loading...
HomeMy WebLinkAboutContract 28630� , �i�r�_���������r X�3a CONTRACT FOR TOW TRUCK SERV � ���c� � . (TILT BEDIROLL BACK) WHEREAS, the City of Fort Worth accasionally requires the services of . tow frucks; and WHEREAS, such tow truck services are necessary to �rotect the safety of the citizens of the City of Fort WortY�, N�W, THEREFORE, KNQW ALL BY THESE PRESENTS: The City of Forf War�h, hereinafter referre� ta as "City", acting herein by and through Libby Watson, its du{y aufhorized Assistant City Manager, and James L Milner lndividuallv �wned and dba J L. Milner Wrecker Service, hereinafter referred to as "Company", acting her�in by and through James L Milner, its duly authorized Owner, agree as follows: 1. SERVIC�S Cify hereby cantracfs with Company to provide police pull towing service. As used nerein, "police pull" shall mean that the Fort Worth Police Department has calle� Campany frnm the rotatian list to either remove a wrecked or disabled vehicle or to remo�e a vehicle in a safe driving candition, but the owner is not present, able or permitted to drive or to make aufhorizations. 2. TERM The iniiial t�rm of this confract shall expire on September 30, 2003. In addition fo the initial term of this contract, ther� shall be four options to renew for terms of one year each, unless earlier terminated as hereinafter �rovided. Renewal shall occur u�on City inclu�ing in its budget for the options years suffici�nf funds to pay far its obligatians hereunder and Company providing proof o� insurance to City. 3. COMPENSATION 3.1 Compensation. As compensation for providj,�g �- �� cont�mpfated by this Contract, City agr�es to pay Company ��������. -� . �� � Y� Y4VYtiY�B� U�9A� [ 1 a) Towaqe. A charge of one hundre� twenty five dollars ($125.00) far towing such vehicle from ane point on a str�et to anofh�r locatior� within the corporate limits ofi' the city as directed by the police officer at �he place where the tow originated; such charge includes one-halfi hour of Extra Work. In the event Company responds to the scene of a police pull with a tilt bedlroll back truck when the police pu11 could have been accomplished wiih � standard tow truck, Company shall be entitled to fhe reduced charge of One hundred dollars ($100.00). b} Second tow vehicle. In the event the police officer at the scene determin�s that a standard tow vehicle is required in additian to the tilt bedlroll back truck, a ci�arge of One hundred Dollars ($1Q0.00} per hour, with a minimt�m charg� of on� hour, billed in increments ofi fiifteen {15) minutes while at the scene of the police pul�� A police supervisor shal� approve the us� of a second tow truck. Travel time is excluded. c) Extra work. An ad�itional charge af One hundred dollars �$100.D0) p�r hour, with a minimum charge of one hour, charged in increments of fifteen (15) minutes, �or remaving vehicl�s thaf are off the street right-of-way, such charge to be made from the time the operatar begins to remove the ��hiele until it is on the fraveled portion of the street. Even though the vehicle is within the street right-of-way, an additional charge may be made if the vehicle is focated in some unusual condition within the right-of�way, such as, but not limited to, a river or a creek bed ar a ditch of greater depth than th� ordinary bar ditch. Extra work shall only be allowed when authorized by a police officer at the scene o� th� pull. The charges for such extra work sha11 be reviewed and approved by the Auto Pound Wrecker Administrafor. Extra work excludes travel time, waiting time, and clean-up time. d) Handfing hazardous materials. When the cargo of any mofor vehicle or trailer includes explosive, nuclear, radioactive, hazardous or carrosi�a materials, as defined by the Environmental Protection Agency, Texas Department af Transportation, or the Texas Commission on Environmenfal Quality, a fee eq�al to one hundred-fifty {150} percent af the charges Titt wracicer 2 Page 2 nf l2 � ! permitted under subparagraph "a" above. In addition, a charge may be made for expenses incurred r�lated to protective clotni�g and any other suppli�s or equipment used ir� handling such materials, such charge being equal to the actual amounts incurred plus fifteen (15) percent. e) Nothing contained herein shall be constru�d so as to obligate City to expend any sums of money except fiar work actually performed. F�rther, nothing contained herein shall be construed so as to guaranfee that City will confact Com�any far any towing service contemplated by this Confracf. 3.2 lnvoici�a and Pavme�t. Company sf�all In�oice City once per month. Company shall include with the invoice such dacumen#s as may be reasortably requested to provide evid�nce of the services provided to the Ci#y, which at a minimum shal! inelude copies of the wrecker selection form signed by the officer at the scene of the pofice pull andlor personnel at the Fort Worth Auto Pound. Such invo[ce shall E�e subject to the review and approval of appropriate Ci�y persannel. City shall remit payment to Company not more than thirty (30) days following approval of invoice. 3.3 Compensation Review. City sha{I re�iew on an annual basis th� compensation provided for hereunder, with the first such review fio be conducted during the month of A�gust 2003. Similar reviews shall occur in August of each succeeding year that this contract is in eff�ct. City shall make adjustments in the compensation based upon increases or decreases in the cost of doing business, taking inta considerafion fu�l, insurance, fabor, and such other costs as may be re[evant to the operation of a towing business. 4. VEHICLE AND EQUIPMENT REQUIREMENTS Cpm�any sha11 mainfain at all times the following vehicles and equi�ment in working conditian: a) A minimum of one (� ) tilt bedlroll back dual rear whe�l wreck�r rated at not less than 14,000 pounds gross vehicle weight. b) At a minimum, all wreckers shall be equipped with th� follov+ring equipment, which at all times sha[I be maintained in warlcing order: Tilt Wrecker 3 Pa�e 3 of I2 � , 1) 2) 3) 4) �} 6) 7) 8) 9) 1 p) ��) 12) �3) 14} 15) Tow bar Towing fights Emergency overhead warning lights (re� or am�er cofor only) Safe#y chain Fire extinguisher, A.B.C. Type Wrecking bar Broom Ax Shovel Reflectors or traffic cones Trash container Two way voice or camputer eommunication between taw truck and Company dispatcher Backing warning signals Wheel chocks Traffic cones c) Each wrecker shall have the identifying markings required by the Texas Transportation Code, section 642.002. ]n addition, each wrecker shall provide Notice of Com�laint Procedures to the owner of a tawed vehicle as outlined by the Texas Department af Transportation Rules ar�d Regulation5 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 b� inspected by the Chief af Police or his authorized designee prior to being used for services contemplated by this cantract. In addition, each tow truck and the req�ired equi�ment shall be subject to intermittent inspection to assure compliance with this contract. Ti I l W reckcr 4 Page 4 aF l2 5. INSURANCE REQUIREMENTS Company snall maintairt insurance of fhe foflov�ing types and amounts from insurers acceptable to the City: 5.1 Commercial �eneral �ia�ility $500,OD0 each occurrence $500,�Oa aggregate ar Garage �iability $500,000 each accident, other than auto $500,QD0 aggregate 5.2 Aufomobile Liability $500,000 each accident, combined single limit This coverage shall include all vehicles owned or non-owned that are operating under Company's operating autY�ority. 5.3 CargolOn�Hoo� $30,000 per unit Coverage shall incl�de both the unit being towed and its contents. Units covered shall include but not be limited to motor vehicles, trailers and boats. Coverage shall be written on a direct primary basis. 5.4 G1�RAGEK����R'S �IABI�IiY $30,000 �er unit 5.5 Warker's Comp�nsationlAccident Insurance Coverage shall me�t fhe minimum re�uir�ments of state law as can- tained in the Motor Carrier Rules and Regulations. 5.6 Current insurance certificates shall remain on file with #he City during the term af this Contract. Insurance coverage may, at the sole discretion of the Cify, be �evised upward upon thirty {30} days prior written notice to Company. Policies shall be endo�sed as follows: Tilt W3•eeker � Page 5 af 12 a} The City, its officers, employees and servan�s shall be endarsed as an additiona{ insured on all policies except employer's fiability insurance coverage under the worl�ers' compensation insurance policy. b) Certificates of insurance shall be delivered fo the supervisor of the City of Fort Worth Auto Pound, 1301 E. Northside Drive, Fort Worth, TX 76102, priar to any woric being performed under this contract. c} Any faifure on part of the City ta request required insurance documentation shall nof constitute a waiver of the insurance requirements specified herein. d) Each insurance policy shall be endorsed to provide the C�iy a minimum thirty days notic� of cancellation, non-renewal, andlor material change in policy terms or co�erage. A ten days notice shall b� accepiable in the event of non-payment of premium. e) Insurers musf be authorized to do business in the 5tate of Texas and have a current A.M. Best rating of A: Vll or �quivale�f m�asur� of f�nanc�al strength ar�d solvency. f) Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless o#herwise approved �y t�e City. g) Other than worker's compensation insurance, in lieu of traditional insurance, Gity may cansider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h) Workers' compensation insurance �olicy(s} co�ering employees shafl be endorsed with a wai��r of subrogation provid�ng rights af reco�ery in favor of the City. i} City shaEl not be responsibf� for the direcf paym�nt of insurance premium costs. j) Insurance policies shall each be endorsed ta provide tf�at s�ch insurance is primary protection ar�d any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. Tilt Wrecker � Page G of 12 r � k} Company shall report, in a timely manner, to Cify's officially designated contract administrator any known [oss 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 limified to the specified amounts of insurance required herein. m) Upon th� request of City, Company shal{ provide complete copies of all insurance polici�s r�quired by these contract documents. 5.7 In the event a state or federal law, rufe or regulation per�aining to wrecker service campanies operating within the Stata of Texas exceed insurance requirements spec�fied herein, such state or federal law, ru{e or regula#ior� shall prevail for the respective type of insurance coverage andlor limit ther�of. [:� DUTIES AND RESPONSIBILITIES OF COMPANY Company, during �he term of this contract, shall perform the following duties and have the following responsibilities: a) Maintain as its primary busin�ss the towing of vehicl�s or traifers by wreckers meeting the requirements of paragraphs 4(a} and �4(b) above. "Primary business" shall mean that Company receives more than #ifty per- cent (50%) of it gross revenues from the towing of vehicles and trai[ers. A!l of campany's records sF�all be open to reasonable inspection, both at the time of execution of t�is agreement and at any time during the term hereaf, to verify compliance with this candition. b) Maintain a currently licensed vehicle storage facility located within tY�e corporate limits of the City. "Vei�icle storage faeility" shall m�an a facility operated by a person under Ar�icle 6687-9a, Revised Statutes. c} Maintain business operation twenty-four (24) hours a day, seven days per week. d) Respond to all calEs contemplated by this contrac� within thirty {30} minutes of notification, except in extraar�inary situafions where delay is caus�d by ice, snow, or other weather related conditions. In the event Company fails to Ti[t Wrecl<cr '� Pa�c 7 of 12 r � respond as required, City may notify ar�other wrecker company and Company shall naf be enfi�led to the compensation fo which it would have been entitled had it arrived timely. e) Maintain on file with the City the name of the owner, pr�sident or chief executive officer, bUsiness address and telephone number; further Company shall notify the City of any change of ownership, president ar chief executive officer, or change of address within five (5) busin�ss days of any 5uch change. f) Deliver the motor vehicle being fowed to the location wi�hin the corparate limits of City designafed by the poliee officer at the scene of the p�ll. De�ivery shal{ be made without delay or detour. g} Fu11y cooperate with any investigation conducted by the Ci#y regarding complaints against Company, whether or not such complaints arise out of services contemPlated by this Contract. h) Shall not become delinquent in the payment of any taxes due fio City. i) Shall not go to any accident scene unless the Company has been called to the scene by the owner or operator of a vehicie or an authorized representati�e of same, or by the City. j} Completely remove all debris resulting from any accident ta which the Company is responding. Removal of debris shalk not be considered complete by merely sweeping it to the cur�iine. k) Shall not solicit any wrecker busin�ss ►rvitf�in the corporate [imits of City at the scene ofi a wrecked or disabl�d vehicle, regardless of whether the solicitati�n is for the purpose of soliciting the business of towing, repairing, wrecking, staring, trading, or purchasing the vehicle. I) Shall only employ drivers ofi taw trucks authorized to operate same. m}Pravide the Police Pound persannel wit� an invoice at the time the vehicl� is delivered fa the AUto Pound fiogether with �he signed wreck�r selection form to be provided. Ti1t Wrecker 8 Page8afl2 r 7. TERMINATION AND SUSPENSION 7.1 This contract may be terminat�d or suspended by the City for any of the following causes: a) Violation of any term or condition specified in this contract. b) Failure to notify the Communicatians Division of the PoliCe Department within fifteen (15) minutes from the time of notification if the Company will be unable to respond within the thirty (3Q) minutes allotted for a response to a wrecker call. c) Permitting a�ow tr�ck to be operated by anyone while under the influence of alcohol andlor drugs. d) Permitting a tow truck to be operated by anyone whose operator's license is suspended. e) Transferring or assigni�g any call for service to any other company f} Any sustained complaint of theft by personnel of Company while acting in their capacity as employees af Company, whether occurring during a police pull or atherwise. g) Any sustained complaint of threats made by personnel of the Company while acting in their capacity as employees of Company made against #hird par�ies during a police pull or ofherwise. h) Failing to comply with all direct�ons of pafice personnel at the scene of a police pulf or civilian or �olice personnel at the Police Auto Pound. Company may request a palice supervisor to �alidat� arty such direction given. i} FaiEure to com�ly with any state or federal law or city ordinance related to the operation of a wrecker company. j) Five (5) passes within a thir�y (30) day period. Pass �n this paragraph snall mean Company failing to notify the City of its inability to respond to a request for ser�ice as required by paragraph 2 above. Tilt Wrecker 9 Page 9 0l' 12 , k) Ten (10} passes within a thir�y �30) day period. Pass in this paragraph shall mean a Company notifying the City of its inability to respond to a r�quest for service as required by paragraph 2 abov�. 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 terminat� or suspend for cause twenty (20} days prior to such suspension or termination. Company shall have the right to request a hearing before the Chief of Police or his designee regarding the intenf to terminate or suspend for cause by requesting a hearing in writing within five (5) business days after receipt af notice of intent to terminate or �uspend. A hearing shall be conducted vvithin fifteen (15} days of the request for hearing. The City, in its sole discretion, may temporarily suspend #his contract during any app�als process. 7.3 1n the event this contrac# is suspended for cause, th� suspension shall be for a period ofi time of not less than six (6} months nor more t�an twelve (12) months. 7.4 In the event City suspends ar terminates #his contract for cause, and #he cause for such suspension or termination is det�rmined ta be invalid, Company's sole remedy shali be reinstatement of this contract. Company expressly wai�es any and all rights to monetary damages, including but not limited to actuaf and punitive damages, court costs and attorney's fees. 8. INDEMNIFICATION Witi� regard to any liability which might arise hereunder, Ci�y and Gustomer agree tnat they shall be solely and exclusivefy liable for the n�gligence of its own agents, servants, subcontractors and employees and that neither party shall look to the other party to save or hold it harmless for the conseq�ences of any negligence on t�e part of one of its own agent, senrant, subcontracfior or employee. Nothing contained herein shall be construed to be a waiver by City o� any right of protection that it en�oys under applica�le State or F�deral law. Till Wrecker 10 Paae l0 of I2 � ASSIGNMENT Company shall not assign, transfer or sublet this Contract or any par�ion h�reof to any party without the prior written consent of City that shal! not be Unreasonably withheld. Ar�y such assignment, transfer or subletting of this Contract shall be vaid and shall operate as a termination hereof, 10. ZONES AND ROTATION LIST A. City shall divide the city into four (4} zones that shall correspond to the fo�r (4) patrol divisions. Campany shall be as5igned to the zone or an a�jacent zone in which it maintains its principal place of business. B. City sha{l create a rotatian list within each of the four (�) zones that will dic�ate the order in which wrecker companies are contacted. C. City may request Company io conduct a police pull within any zone, and Com�any agrees to use ifs best efforts to arrive at �he scene of the police pull within thirky (30) minutes. 11. INDEPENDENT CONTRACTOR It is understood and agreed by the parties F�ereto that Company shall �erform all work and services here�ander as an ind�pender�t contracfor, and not as an officer, agent, s�rvant or employee of the City. Company shall have exclusive control of and the exclusi�e right to control the details of the wark or service to be performed hereunder, and all persons perForming sam� on behalf of Company, and shall be solely r�spansible for the acts and amissions af its officers, agents, servants, employees, contractors, subcontractors, licensees and invifees. The doctrine of respondeaf superior sf�ap not apply as between the Ciiy and Campany, its officers, agents, servants, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership ar joint �enture between fhe parties hereto. In witness wh�reof, fhe parties hereto have executed this Contrac# on the f ���day of , 2ob3. Tilt Wrecicer � 1 i'age 11 of l2 ATTEST: G`loria Pearson City Secretary � CITY �' FORT W.Q�RTH � - _-'�;�, gld� � . . • "Cibby llh�a�son Assistahf City Manager APPROVED AS TO FORM AND LEGALITY GC .--- Assistant City Attorney ATTEST: Corporafe Secretary �� � ��� � _ . __ .� �bx�t�a � F�a��i��i����vn � 1 U�� � n��� James L Milner Indi�iduallv Owned and dba ,! L Milner Wrecker Service (Company N�e) By: � r ' Ja s L Milner, Owner Tilt Wrecicer �� Yage 12 of l2 r � � :���'�,�y'j� aShc�Vwv � ��8� �������� ' i ��, �:���� ��V�, ����, �E���I�` � ATJ�'� P�ZJ�T� Tlie following rules �nd regul�fioiis will be �ollowed by ALL �'�'recicer Companies t�poe� arrivnl at the Auto Pound. 1. The e�7try gate will not Ue blociced Uy wrecicers waiiing to euter or exit the Auto Poiuld. 2. No �recicer shall enter tl�e Auto Paiuld witli moxe th�i one (1) person/aperator, unless authorized Uy the an duty shift supervisor. This wi11 be done on a case by case basis. 3, For saf�ty reasons, a Car Carrier will be re�L�ired to off load ihair cargo when passible. Tlzis shali Ue detez�zained by t�ze or� duty s��pervisor. �. T��ventories sl�ould Ue handled in au expeditious inanner when possible, However, Auto Paund persoiu�el are required to do a cornplete and precise i�ventory of all prope��ty aiid vehicl�s. A specific tin�e franle v�roiild be impossil�le to i.zlstiiute. 5. No wrecker drive�•/operator will assist witli any ialventary bezng co�ducted by Auta Pa����d �aersomlel. 6. Tlie usa of Caz Cailiers, extra tinie, extra enuipnlent, etc., sllall be subject to appravnl Uy the Wrecicer Adi�li�zstrator or Auto Paund Stipervisar. 7. iNi•ecicer driversloperators/owners shall be required to follow any directions or� ii�structiaus given by Auto Pound persaiuiel. $. Wrecicar Coinpaz�y Owners shall �.5SI5f and com�ly with any investigation perfo��.�zed by Auto Pound perso��.�el or t�1e Fort Woi-tli Police Department in re�ards to theu canapany, driver, operator atld or business without hesitation. 9. Viol�tions of any af the aUove n.11es shal� Ue stYbjec� to review by t��e Wrecker Administrator or Auto Pound Supervisar. TIie Auto Potuld Supe7visor or a higher level of caminand ��ay deternzine disciplinary actian up to and inchiding te�ulu�atioii of colztract. C`ity of �'ort` b�o�th, Texas �y�� ��d �,�a����� ����u�;��t��� DATE R�FERENC� NUMB�R LOG NAM� PAGE 4181Q3 �01 �,��„� I 35TOWS 9 af 2 suB:��cT SUPPLEMENTAL APPROPRIATION ORDINANCE AND C�NTRACTS FOR NON- C�NSENT TOWING OF WRECKED OR ABANDONED VEHICLES FROM MULTIPLE VENDORS REC�UIRED BY C1TY ORDINANCE FOR THE P4LICE DEPARTMENT RECOMMENDATION: It is recommend�d.that the City Council: 1. Au#horize contracts for Police Department requested non-consent towing of wrecked or abandoned vehicfes from,multiple vendors as required by 5ection 34-181 of the Code of the City of Fort Worth (1986}, as amended; and 2. Authorize the contracts to begin Apr�l S, 2003, and expire September 30, 20Q3, wifih options to renew far four additional one-year periods; and 3. Adopt the attached supplemental appropriation ordinance increasing estimated receipts and appropriaiians by $446,944 in the General FuRd from a�ailable funds. D15CUSSlON: Sectior� 34-181 of the Code af the Gity of Fork Worth (1986), as amended, required that all palice department, non-consent tows, shall be undertaken pursuant to contract, speeifically executed between the Ci#y and a wrecker company. The Pubfic Safety Cammittee extensively reviewed the new rates and unanimausly approved ihis recommenda�ion on March 25, 2003. There are three types oi' contracts and rates as follows: � Standard tow trucks $1Qa • Tilt bedlrollback tow trucks $125 • Tandem tow trucks $18� Contracts will be execu#ed with any vendor desiring to perForm non-consent tows for the Palice Depar�ment, if they meet the cantract requirements such as towing operations being the vendars primary b�siness, equipment speci#icatians, insurance, and a locally licer�sed starage facifity. The fees for services to be pro�ided and assignment to one af four �ones are the same as contained by Cify Code. The estimated expen�iture for these services is $1.8 million per year including the antici�ated increase (af $446,944) for the remainder af the fiscal year based on the revised rates. This increase wil[ be affsef by revenue collected as fees. RENEWAL OPTIONS - These contrac#s may be renewed for up to four successive one-year terms at the City's option. This action does not require specific City Councii approvai pravided ihe City Council C'ity of .�'o�t Wo�th, T"exas ���� ��d ���r��;� ����u�;�����r� DATE REFERENCE NUMBER LOG NAME PAG� 418103 �_1 ���� 35TOW5 2 of 2 SUBJECT SUPPLEMENTAL APPROPRIATION ORDINANCE AND CONTRACTS FOR NON- CONSENT TOWING OF WRECKED OR ABANDONED VEHICLES FROM MULTIPLE VENDORS REQUIRED BY CITY ORDINANCE FOR THE POLICE DEPARTMENT has appropriated sufficient funds to sa#isfy the City's o�ligation during the renewal term. FfSCAL IN�'ORMATIONICERTIFICATION: The Finance Director certi'fies thai upan approval and completian �f the abaue recommendations and the adoption of th� a�tached supplemental appropriation ardinance, funds will be avai[able in the current operating budget, as apprapriated, o� the General Fund. LW: r Su[�mitted for City Man�ger's Office by: Lib6y Watson Originating Department Head: Ralph Mendoza Additianaf Informatian Contact: Susan Alanis I FUND I ACGOUNT I � (to) I GG01 539120 6183 GG01 462624 � �18356 I (from} GC01 53912Q � 78262 I CENTER I AMOUNT 0353403 $446,944.00 03534Q3 $446,944.00 0353403 $446,944.OQ CITY SECRETARY ftPi'ROV�D 04/08/03 ORD.# 15517