Loading...
HomeMy WebLinkAboutContract 27912, . ���Y ���RE%4�V I1�. � ��a�i��Ci ��? . _ ��� GONTRACT FOR TOW TRUCK SERVICE (TILT BED/ROLL BACK} WHEREAS, ihe City of Fort Worih occasionally requires t11e service o� tow trucics; and VVHEREA5, such tow �ruck services are necessary to pratect the safety of the citizens of the City o� Fort Worth, NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: The City af Fort Worth, hereinafter refez-red to as "City", acting herein by and througll Libby Watson, its duly authorized Assistant City Manager, and Maddux Towin�, Inc., hereinafter referred to as "Conapany", acting herein by and tllrnugh I1�fazin Shalabi , its duly authorized Pr�sid�nt, agree as �ollows: ' 1. SERVTCES City herevy canizacis with Colnpa�ly to provide palice pull towing service. As used 1�er�in, "poliee pull" sllall mean that the For� Worth Police Departm�nt has called Company from the rotation list to eitller �emove a wrecked or disabled vehicle or to remove a�ehicle in a safe driving condition, but the ow��er is not preseni, able ar pei-n-utted to drive or to malce authorizations. 2. TERM The tei-�n af this contract sha11 �e for a period oi twelve (12) months froni t�ie date of its execution, with four options to renew for tenns of one year each, unless eariier terminated as hereinafter �ravid�d, Renewal shall occur upon City inclL�ding in its budget for the option� years sufficient funds to pay for its obligations hereundex and Company providing proof of insurance to City. 3: COMPENSATION 1. Conit�ensation. As compensation for providing the services contemplated vy this Conhact, City agrees to p�y Coxnpany as follows: � �U'��►&�V��+� !� �i��'� � �' �' ��� ����:-� �. � �� � ��. � ,. .. . a) Towaae. A charge af �ighty-#ive dailars ($8�.00) for towi�tg sucF� vehicle from one point on a street to an�ther Zocation withi� the corporate limits af th� city � as directed by the palice officer at th� place where the tow ariginated; such , cha�ge inc�udes one hour of Extra Wor�c. In the e�ent Company responds to the scene of a paiice pull with a ti[t bed/rall back trucic wher� ti�e police pull could have been accomplished wit� a standard tow tr�ck, Company shall be en#itled #o the reduced charge of s�xty-five doilars ($65:00). b) Second taw vehicle. In the eveni the police officer at th'e scene cietermin�s that a standard #ow vehicie Es required in addition to the tilt faedlrall back truck, a charge of fifty ($50.0�) per hour, with a mi�mum charge of one hour, billed in increments af f�fteen (� 5) minutes whiie at the sc�ne af tf�e palic� pull. The use of a second tow truck sha[1 b� approved by a police st�pervisor. Travel time is excluded. c} Extra work. Ar� additional charge of fifty dollars ($5Q.D0} per hour, with a minimum charge of one hour, charged in incremer�ts of fifteen (15} minutes, for removin� vehicles which are off the street right-of-way, such ci�arge fo be made from ihe time the operator begins to remove the vehicl� until it is on the tra�eled portion of the street. Even ti�ough the vehiele is wit�in the str�et right-of-way, an atiditional charge may be made i# the vehicle is located in some un�suai conciitior� within the rigl�t-of-way, such as, bu# not fimited to, a river or a creek bed or a ditch of greater depth than the ordinary bar ditc�. Extra work shall only be allowed wher� authariz�d by a palice officer at the scene of the pull. The charges for such extra wark shall be re�iewed and approved by the Auto Pound Wrecker Administrator. Extra wark excludes trauel time, waiting time, and clean-up time. ci) Handlina hazardous materials. Wh�n the cargo of any motor vehicl� or traifer incfudes explosive, �uclear, �adioactive, hazardous or corros��e materials, as defined by the Envtronmental Pratection Agency, Texas Department of Transpo�#ation, or the Texas Natural Resource Cans�rvation Cammission, a fee equa! to one hundred-fifty (150) percent of the charges permitt�d �ndEr subparagraph "a" above. In addition, a charge may be made 2 0 far expenses i�tcurred related to pratec#ive clothing and any ather supplies or equipment used in handling such materials, such charge being equal to the actual amQun#s incurred plus fifteen (15} percent. e) Nothing contained herein shall be construed so as #o obligate City� to expend any sums of money except #or work actuaily performed. Further, nothing contained her�in snalf be cor�s#rued sa as ta guaraniee that City wilf contact Compar�y for any tawing service con#empla#ed by this Contrac#. 2. Invoicinq and Pavment. Company st�all Invoice City onc� per month. Company shali ir�clucfe with the invoice such docume�ts as may be reaso�ab[y requ�sted to pro�ide evid�nce of the services provid�d to the City, which at a minimum shall inclu�e co�ies of the wrec�Cer se�ection form signed by the officer at the scene of the po[ice pu[I ancf/or persannel at t�e Fort Worth At�ta Pound. Such invoice shafi be s�iaject to the review and approval nf appropriate City personnel. City shall remi# paym�nt to Company not more tha�n thirty (30) days foll�wi�g appra�al of invoice. � VEHICLE AND EQUiPMENT REQUIREMENTS Campany shall maintain at all times #he follawing �eh9cles an� equipment in working cora�ition: a) A minimum of one (1) tilt bed/rall back dual rear wheel wrecker rated ai not iess than 14,000 pounds gross vehicle we�ight. b� At a minimum, a!i wreckers�sf�all be equipped with the following equipment, which at all times shall be rnaintained in working order: 1) 2) 3) 4} 5) 6) 7} Tow bar Towin� lights Emergency o�ert�ead warning lights (r�d or amber c�fo� on[y) 5afety chain Fire extinguisher, A.B.C. Type Wrecking bar Broom 3 � 8) 9) 1 Q) j1) 12) Ax Shovel Reflectars or traffic �anes Trash containeT Two way vaice or eomputer communication between tow truck and Campany dispatcher 13) Backing waming signals -� � 14) Wheei ci�acks � - 15} Traffic canes c} Each taw truck st�all have permanently inscribed or# each side flf the vehicle, in letters of not less than tnr�e (3} inches in height, ihe name, address and telephone n�mber af the company. Magneiic or other #orms of removable signs �re pronibited. � d) EacF� �ow truek ar�d the required equipment shall be inspected by the Cl�ief of Poiice or his autharized designee prior to being used for services cantemplated i�y th�s contract. In additiar�, each tow truck and the rec�uired eauipment shall E�e sub�ect io intermitien� inspection to assure cvmpiiance wi�h this contract. , 5. � INSURANCE REQUIREME�ITS CamPany sha11 mainta�n insurance of the following ty�es and amaunts from insurers acceptable fia the City: 5.� Commercial G�nera[ Liability $50n,�40 each occurrence $500,OOD aggregate or Garage Liability $500,000 eac� accident, ather than auto � $500,000 aggregate � 5.2 Autamobile �iabi�ity $5q0,000 each accideni, combined sir�gle limit ' This coverag� shail include al� �ehicles ov�med or non-owned tha# are operating under Campany's operating au#ho�ity. 5.3 �argol�n�Hook . $30,000 per uni# Coverage shall inc��de �oth the unit being iowed and its cantents. Units coveted shall include but not be timited io motor vehicles, trailers and boats. Cov�rage shall be rn�tten an a direct primary basis. � 5.4 GARACEK�EP�R'S LIA�I�,lill � �$30,000 per unit 5.5 Worker's CompensatiorU�►ccident Ins�rance Coverage sY�all meet the minimum reguirements of state law as con- ' tained in the Matar Carrier Rules and Regulatior�s. • 5.6 Current insurance certificates sF�all remain o� file with the Ci#� during the term of this Cantract. lnsurance coverages may, at tF�e sole discretion of the Ci�y, be re�ised �pward upon t�irty (3Q) days prior written naiice to Company. Poiicies , shal[ be.endorsed as follows: � to provide the City with a mi�imum of fF�irty (30j days natice of cancellation, non-payment of p�emium, or nan-renewal; Q to cover th� City as an addiiional insur�d on liabi[ity insurance palicies; except #or em�[oyer's liability; and � to include a waiver of suhrogatian in favor of the City. � 5.7 In the �vent a s�ate or federal taw, rule or reguiation pertaining to wrecker service companies o}�erating withi� th� State of Texas exceed insurance r�q�irements s�ecified herein, such state or federal faw, ruie or regulatior� sha{i prevail for the respective type of insurance coverage andlar limit #hereof. �y � DU.TIES AND RESPONSIBILITIES OF COMPANY Company, during the term of this contract, shall perfarm the foilowing cit�ties and have the foflowing responsibifities: a) Maintain as its primary business ihe towing of vehicles or trailers by wreckers meeting the req�iremertts of paragraphs 4{a) and �(b) above. "Primary b�tsi��ss" shall mean that Company receives mare than fifty per- cent (50%) af it gross revenu�s from t�te towing of vehrcles and trailers. Ai! of company's records shali be open to reasot�able inspection, both at the time of execution ot this agreement and a� any #iFn� during th� term hereof, to verify compliance with this condition. b} Maintai� a eurrently licensed vehicle storage faci�ity lacated wit�in the corporate fimits of ti�e City. "Vehicle storage facility" shal! mean a facility operated by a person under Article 6687-9a, Rev�sed Statutes. c) Maintain business op�ration twenty-four (24) haurs a day, seven days p�r week. d} Respond fo all calls contemplated by this contract within ti�irEy (30} minutes af notificatian, except i� e�ctraordinary situatia�s where delay is caused by ice, snow, or other wea#�er related conditions. �r� the e�e�i Company fails to respond as required, C�ty may notify another wrecker campany and Company shall not be entitled fo the compensation to which it woujd have been entitled had it arrived #imely. � e} Notify th� City of any change of awnership, president or chief executive officer, or change of address witf�in five t5) busin�ss days o# any such change. f) Deiiver the motor vahicle being towed #a the location within the corporate iimits of City c�esignated by the palice officer at the scene o# the �aull. Defivery shall be made without delay ar detour. g) Fully cao�erate with any in�estigation cor�ducted by the City regarding complai�ts against Gompany, wf�ether or not such complaints arise aut af services contempiated by this Contract. G'. h) Shail not b�come cfetinquent in the payment of any taxes due ta City. i) Shal[ not go ta any accid�ni scene unless the Company has been ca�led to the scene by the awner or op�rator af a vehicle or an authoTized repr�sentati�e of same, or by the City. j) Sf�all not solicit any wrecker b�siness witF�in the corporate limits of City at th� scene of a wrecked or disabled �ehicis, regardless of wheiher the soficitation is for the putposa af soliciting tY�e business of towing, repa�ri��, wrecking, s#oring, trading, ar purchasir�g th� �ehicle. k) Shal� only �mpEoy drivers of tow tr.uck$ authflrized to operafe same. [} Provide the Police Pound personneE with an in�ice at the time t�e vehicle is deli�ered to the Auta Pouncf together witF� the signed wrecker seEection form #a be provided. 7. TERMENATION AND SUSPEN510N, A. This contract may be termina#ed or suspended by the Gity for any of the following causes: 1. Violation of any #erm or condition specified in this contract. � 2. Failur� to notify the Communicatians Di�ision of the Police Department witE�i� fifteen� (�15j minutes from the time of notification� if the Com�any wiEl be una�ie to respond within #he thirty (30} minutes aflotted for a respons� #a a wrecker call. 3, Pemnitting a tow truck to be operated by anyane while under the influer�ce of alcof�a! andlor drugs. 4. Permitting a tow truck to be operated by anyone whose operato�'s license is susper�ded. 5. Transf�rring or assigning any call for service to any other company 6. Any sustained com�alair�t of tF�eft by personr�e{ of ComPany whEle acting in their capacity as employees of Company, whether occurring �uring a poiic� pull or ott�erwise. 7 7. Any sustained complaint of threa#s mac�e �y persannel af the Company whiEe acting in their capacity as employees of Company made against third parties during a police pull or otherwise. 8. Faifing to comp�y with all directions af poiice p�rsor�nel at the scene of a police pull or civilian or police personnel at the Polic� Auto Pound. Company may request a police supervisar ta �aIidate any such direction � given. 9. Failure to comply with any state or federai law or city ordinance related to the operation of a wrecker company. � Q. Five (5) passes within a thir�y (30} day peridd. Pass in this paragraph sha�! m�an Company faiEing to notify the City of its rnability to respond to a request for service as requi�ed by paragraph 2 above, ��.Ten (�0) passes within a thirty (30) day �eriod. Pass in ihis paragraph shall mean a Company notifying the City of its inability to respond to a reque5t for senrice as required by paragraph 2 above. 12, Violation of any �ule or regulation contained in Exhi�it "A" attached hereta. B. City shall r�otifiy Company in writing of its inteRt to terminate or s�spend for cause twenty (2�} days prior to such suspension or t�rmination. Campany shail have the right to request a hearing befare the Chief of Police ar his designee regarding the intent to #erminate or suspend for cause by requesting a hearing in wriiing within fve (5) business days after receipt of not�ce of intent to tem�air�ate or s�spend. A hearing shali be canducted within fifte�n (15) days of the req�est #or hearing. The City, in its sole discretion, may temporarily suspend t�is contraci during any appeals p�ocess. G. In the event this eontract is suspendec! for cause, the suspension shall be for a period of time of not less than six (6) rnonti�s nar more than twelve (i 2) mar�ths. � D. 1n the e�ent City suspends or terminates t�is con#ract for cause, ar�d the cause far such suspension or termination is detemnir�ed to be invalid, Com�any's safe remedy shall he reinskatement of this caniract. Company expressEy waives 8 any and afl rights to monetary damages, including but not �imited to actua� and puniti�e damages, court costs and attamey's fees. 8. INDEMNIFICATION With regard to any liahiliiy which might arise� hereunder, City and Customer agree that they si�all be solely and exclusi�ely Iia�Ie far #he negEigence of its own agents, servants, subcor�tractors and emplayees and that neither parky sha!{ loak ta the other party to save o� hold it harmless #ort i�e consequences af any neg�igence on the part of one of its own agent, servant, subcantractor or ' emplayee. Nathing contained herein shalf be construe� to be a waiver by City of any right of protection which it enjays under appEicabfe State or Federal law. 9. ASSIGNMENT Company shall not assign, transfer or sublet this Cor�tract or any portian h�reof. to any par�y withaut the prior written cnnsent of City whic{� st�ail nflt be unreasonab�y witht�eld. Any such assi�nment, trar�sfer or sub�etting af ihis Contract sY�all be void and shal! operat� as a termination hereof. �0. � Z�NES AND ROTATION LIST A, City shall di�ide the eity into faur (4) zones which shali carrespon� to �#�e four �4} pairol divisions. Company sha11 be assignec� to the zone or an adjacent zone zn which it maintains its principal piace of b�siness. B. City shafl create a rotation list within each of the four (4) zones that w�![ dictate the order in which wrecker compa�ies are contacted. C. City may request Company #a conduet a po.lice p�11 within a�y zone, a�d Company agrr�es to use its best efforks to arrive at the scene af t�e police pull wjthEn thirky (30) minutes. 11, INDEPENDENT CONTRACTOR It is understood and agreed by t�e parties hereto that Campany shall perform all worEc and ser�ices hereunder as an inde�erident cor�tractor, and not as E � an affice�, agent, servani or employee of the City. Company shall have exclusive control of and the exclusive right �o control the details of �he worl� or service �o be performed hereunder, and a11 p�rsons performing same on behalf of Comp�ny, and shall be solely responsible %z the acts and amissions of its officers, agentis, servants, employees, con�ractors, subcon�ractors, licensees, and invitees. The doc�rine of respondent superior shall no� apply as between the City and Company, its offieers, agents, servants, �mployees, colliractors ai�d subcontractors, and notl�iilg herein shall be consnued as creating a partnex'ship or j oint v�nture Uetween tlle �arties hereto. In wi� ess whereof, the parti�es hereto llave executed ihis �onkract on the C(o � day o�' �, 2002_. ATTEST: , �Ioria Pear�n, City Secretary APPROV�D A5 TO FORM AND LEGALZTY .-- , �, t Assista t City Attorney CrTY �1`F FQR:� W�$�'� , � . , _ � Q B :- ----� . ��ibby �atson Assistant City Manager - _ �-.__�.��� � ._ �������� Autho�i���fon _ � I�'�-��-�-'� -- — Da�@ Maddux Towin�, Inc. (Company Name) ATTEST: Corporate Secretary By: � M 'n Shalabi, President 4 �� � ����r�uf��� ���__� {I �s7�i' 1�"_� I.F � � r a�l �' � ; �L. � � � _ � �� ' �, $�� A EXHIBIT, A AUTO POUND The fo�lowing r�les and regulat�ons will be EolI.owed by a7.1 wrecker companies upan arrival ar ehe auto pound. I. The ga[e wi].1 not be blocked by wreckers waiting ta enter or exit the pound. • 2. l�o more �han two (2) wreckers�sha�l be auChorized in the front area, �or i.nventory pu�poses, at any one tiwe. � • �? . � 3. No wrecker shall entex the pound wi.th m,oz'e than ane (i) person/opera- �or, un�ess authorized by �he�on duty shift supervisor. This wil�. be dane on a case by case�•bases. � �. Far safety'r�asons, a� car car-rier� shal.I. be requixed to off Ioad thel.r cargo wfien possitile. '�his sha].7. be determined 'by the on duCy super- visox. 5. Inventories�should be hand•�ed in an exp�dit�.ous manner when possible: However, .pound personnel are requ�.xed tci da a compi.e�e and precise inventory,o� a7.1, properCy and vehi.cl.es. A•sp��cific Cime frame woul.d �e �,mpossible �o institute. � 6. Wrecker drivers shall not �be a�:].owed to �dxi.ve up and down Che rows, looking for ve�ic7:es to reposses fox' companies said wreckers represent. 7. The use o� car carrier"s, dollies, extra time, extz�a equi.p�nent, etc., ' sha].i. be subject to approval by Che Wrecker adm�.ni.strator or Pound sup- ervisar. � 8. Wrecker operatorsJowners shaJ.l be required ta follow any directions ar instructi.ons given by auCo pound persannel. 9. Violations of ar�y of tY►e a6ove rules shall be subject �o review by the Wrecker administrator. IIisciplinary action may he determined by the paund supervisor or a higher command 3.eve� . � r y f � \ �� C�tjr o,�'.�'��t �o�t�, 7'���s �c��or a�� C�����r �'o�t��c�i�ati�� DATE IZEFERENCE N[7MB'�It l.,UG NAM�c PAGE 03118/97 � Ca�.�951 � 12P0�1 ` 1 of 1 sys��cx � C�NTRACTS FOR TOW.TRUCK SERVIC�S FOR TH� POLICE DEPARTMENT RECOMM�NDATION: 0 i# is recommended thafi the City Council authorize the City Manager to execute contracts for towing ser�ices wi�th those firms desiring to enter inta same and meeting the cantract requirements. DISCU55lON: The new ordinance regulating non-consent tows within the city limits requires companies desiring to perform non-consent tows far the Police Department to execute a contract with the City. There are �hree types o� contracts: standard tow trucks; tilt bedlrollback tow trucks; and tand�r�n tow trucks. The fees for services to be provided are the same as containec� in tF�e ordinance. Cvntrac�ts will be executeci with any firm d�siring to perform police pu11s that meets the contract requirements, such as towing operatians being the firm's primary business, �ehicl� specifications, insurance, and local licensed storage facility. The estimated expenditure for towing servEces for the remaindet of the current fiscal year (Apri{ through 5eptemher) is $500,000.0� FISCAL: INFORMATiONICERTIFICATfON: The Direetor of Fiscal Services certifies that #here are sufficient funds a�ai[able in the current operating budget, as appropriated, in the General Fund. __ _ CB:m ������� ������ �Ri s����r�� �. �����, �. Suhmitled for City Manager's �F�ce by: Libby Watsan Originating Departraent Head: Wade Adkins Far Additianal Ir�farmatian Contact: Wade Adkins FUND � ACCOUNT � (ta) 8511 7623 (from) GGO1 53912D 7623 CEHTER , 03533d3 AMOZIN'I' $SOO,OOO.DO CITY 5EC12�'�'ARY A�PROV�D ��YY cou�cfl MAR Ys 1g97 �%J � Ctt� �F�ry af th� Ciiq ot Fort �➢'arth, �eaa� � Prtnted an Recyded Paper