Loading...
HomeMy WebLinkAboutContract 27855�aITY SE����A�Y ���- ��NY�P�Ci IrEC� . � _ t CONTRACT F�R TOW TRUCI� SEAVICE (TANDEM AXLE} WHEREAS, the City of Fort Worth occa�ion�.11y rec�uires the service o� tow trucics; and WHEREAS, such tow trucic services are necessary to protect the safety of the citizens of the City af Fort Worth, NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: The City o� Fort Worth, hereinafter referred to as "City", acting her�in by and through Libby Watson, its duly authorized Assistant City Manager, and Apache Towin� & T�ansport, Inc. , hereiilafter referred to as "Con7pany", acting het�ein vy and through Sandra G�rcia , its duly authoi-ized president, agree as �ollows: 1. SERV�CES City hereby contracts wiih Company to provid� polic� pull iowing service. As used hereill, "police pull" shall mean that the Fort Wortla Police Department has called Coinpany from the rotaiion list to either remove a wreciced or disabled �ehicle or to remove a vehicle in a safe driving condition, but ihe owner is not present, able or perznitted to drive or to malce authorizations. 1��:�► � The tenn of �his contract shall be for a period of twelve (12) months from the daie of its executioi�, with �our options to renew for terms of one year each, at the City's sole discretion, unless earlier ternunated as hereinafier provided. Renewal shall occur upon City including in its budget for the options years sufficient fund� io pay for its oblrgations hereunder and Company providing proof of insurance to City. 3. COMPENSATION l. Cornpensation. As compen�ation for providing the services contemplated by �his Con�ract, City agrees to pay Company as follov�s: ! ��l�i�U{�,�G"�Q �'{�l -_ °- �9�f ��[��rG�[��� � �,�� �i�u���f �n�. ��j9' � �'. ' a) �'owaqe. A charg� of or�e hundred twenty-five dollars ($125A0) per hour for � towing s�ch vefi�icle from one paEnt on a street to anather location within the corporate I�mits af the cEty as directed by the �olice deparkment a# tt�e place where the tow vriginated. The minimum charge shail be for one hour; aft�r the first �our, time shall be bilfed far in increments of fifteen (15) mir�utes. b} Second tandem axle tow truck. �n the event #he polic�: , afificer at the scene determines that a second ta�dem axle tow truck is required, a char�e of o�e C�undred twenty-#ive dallars ($125.00) per hour biiled in �ncrements of �ifteen (15} minut�s while at the scene of the police pu11, with a minimum charge for one hour. Travel t�me is exciuded. ;� c} Reimbursabfes. [n ihe event Company is required to rent equipment. or other materials s}aeci#icaliy refat�d to a�ofice puil as directed in writing by a�olice supervisor at the sce�e, Company shal! b� reimbursed the actual cos� incurred plus fifteen percent (15%}. Charges ur�der this subparagraph are s�bJect #o the review and appro�al of a police supervisor. d} Extra help. An additional charge of twenty dolEars ($2D.00} per man per hour, with a minimum charge of four (4j hours, when aufhorized in writing by a pofice supervisor at the scene of the poiice p�ll. e} Air cushions. � 1.) R�;gular cushions - A�harge of one hundred-�ifty dollars ($150.0(}) per Y�our per cushion, with a minimum charge af one hour. After the first hour hillit�g sF�all be in increments ofi fifteer� {�5) mrnutes. 2.} Tanker cushians - A charge of four fi�uncfred dallars ($400.04) per haur per cusl�ion. After the first hour billing shail be in increments of fi�teen (15) min�tes. � _ 3.} Prior approval by a police supervisor a# the scer�e of a pofice pull is required fiar the use of air cushions. f) Har�dlinq hazardous materials. W�en the cargo of any motor vehicle or trailer includes explosive, r�ucfear, radiaactive, hazardaus or corrosive materials, as defiried k�y th� Environm�ntal Protection Ager�cy, Texas 2 � Depar�met�t of Transpor�atian, or the Texas Natural Resource Conservatior� � Commission, a fee equal to o�e F�uncEred-fifty (150) percen# ofi the charges incurred under subparagraph "a" ai�ove. g) Tractor, hVdraulic tilttail, lawbov, other specialized equipment. A charge of one hundreci twenty five cial[ars !$�25.00) per hour, billec[ �n increments of fifteen (15} min�#es, as aut�orized in writ'tng by a.police sup�rvisor at the scene of the police puil. The palice supervisor shal! sign the wrecker selection form. h) Nothir�g contained herein shall be cor�strued so as to obligat� City to expend any sums of money except fior services actually r�ndered. F�rther, nothing car�tained her�in shall be canstrued so as to guarantee to Campany that City will cor�tact Company for any tawir�g servic�s contemplat�d by this Contract. 2. Invaicina anc� Pavment. Company shall lnvaice City once per manfh. Company sha[I include with th� invoice such �ocuments as may be reasonably requested ta provide evidence of ti�e servi�es �ro�icied to the City, which at a minimum shall inciude copi�s of tne wrecker selectian fo�'m signed by the afficer at the scene of the �olice pu11 andlor personnel at the Fo�t Worth Auio Pound. Su�h invoice shall be subject to the review ar�d a�proval of apprapriate City personneL City s�all remit payment to Campany not more than thirty (30� days foElowin� appraval of invoice. � VEHICLE AND EQUIPMENT REQUIREMENTS Company shali maintain at al[ times the fflllowing vehic{es and equipment �n working candition: a) A minimUm of one (1) tandem axfe �hsa�ry dutyj wrecker rated at not less than 26,000 grass vehicl� weight, ec�uipped with a power winch and wincl� lines with a boom rateci at not less than 5�,000 pound fift capacity. b) At a minimum, a11 wr�ckers shall be equip�ed with the fallowing equipment, which af ail times shall be mainta�ned in working order: 1) Tow bar 2) Towing lights 3 � , 3) �) 5} 6) 7) 8) 9) 1 p) 11� 12) Emerger�cy overheaci warr�ing [ights (red ar am�er colar anlyj Safety chain Fire extinguish�r, A.B.C. ty�e Wrecking bar Broam Ax Shavel Reflectors or traffic cones Trash container Two way voice or com�auter eommunicati�in between #ow trucic and Campany dispatcher � 3} Ba�king warning signal 14j Whee! chocks � 5) Traffic cones c) Each taw truck shail ha�e permanen#{y inscribed on each sicie of the vehicte, in [etters ofi not less than three (3) inches in hekght, the name, ad�ress and telephone number of the Gompany. Magnetic or other forms of removable signs are prohibited. d) Each tow iruck and the requ9red equ�pment s�all be insPected by the Chief of Po{ice or his aut�arized designee prior #o being used for seruices cantemplated by this contract. In addition,� each tow truck and the required equipment st�al{ 6e subject to interr�itt�nt ins}�ectior� to assure aamplianc� with this contract. 5. INSIJF�ANCE REQUIREMENTS $1,000,000 each occ�rrer�ce $1,QOD,000 aggregate ar � Campany shall mair�tain insurance fram insurers acceptable to City in t�e following types and amounts: 5.1 Commercia� General �iability Garage �iabifity $1,000,000 each accident, oth�rthan auta $�,Oa0,000 aggregate 5.2 AUtomabi�e Liability $�,000,000 eacl� accident, combined sEngle limit This coverage shal[ include all vehicles owned or r�on-owned that are operating und�r Company's aperat�ng authority. 5.3 Cargol0n-Hook ,� $5a,000 per �nit '� Coverage shall include both th� unit being tawed and its contents. Units co�ered shall include but not be iimited io mator vehicles, trailers anc� boais. Coverage sha11 be written on a direet primary basis. 5.4 GARp►GEfrt��P�R'S LIABI�IiY $50,000 per unit 5.5 Worker's CompensationlAccideni lnsurance Coverage shalf ineei the minimum requirem�nts of state law as can- tained in t�e Motor Carrier Rules and Regulations. 5.S Current insurance certificates shalf remain on file with the City during the term of this Contract. Insurance coverages rnay, at the sale discretion of the City, E�e revised upward upon thirty (30} days prior written notice to Company. Policies shall be endorsed as fal[ows: � to prflvide the City with a minimum of thirty (30) days notice af cancelfation, non-paym�nt of premium, ar non-ren�wal; o to caver th� City as an additional insured or� liability insurance policies, except for employer's liability; and • to . include a waiver ofi subrogation in favor of the City. � 5 5.7 in the eveni a state or federal faw, rule or regulation pertaining to wrecicer service companies operat�ng within the State of Texas exceed insuranc� requirements speci�ied herein, such state or federal [aw, rule or regulation shall prevail for the respect�ve type of insurance coverage and/or limit thereof. 6. DUTiES AND RESPONSIBILITIES OF COMPANY, Cam�any, during the term af tt�is contract, sha�l �erform th� fallowing d�ties and have, the followir�g respons_ibilEties: a} Maintair� as its primary b�siness the taw�ng �f �ehicles ar t�aifers by wreckers meeting the requirements of paragraphs 4(a} and 4(b) abo�e. "Primary business" shall mean that Com�ar�y receives more than fifty per- cent (5fl%) of it gross reven�es from the towing of vehicles and trail�rs. All af company's recards sha11 be op�n to reasanable inspection, bath at th� fime of execution of this agreeme�t and at any time during #he #erm hereaf, ta ver�fy compliance with this condition. b) Maintain a currently licensed vehicle storage facility located witfi�in the corporate limits of the City. "Vehicle storage facility" shail mean a facility opera#ed by a person iicens�d under Ar�ic[e 6687-9a, Revised 5tatu#es. c) Maintain bi�sir�ess operation twenty-faur (24) hours a day, seven days per week. d) Respo�d to aE! calls contemplated by this contract within farty-five (�i5) minutes of natification, except in exfraordir�ary s�tuations where delay is caused by ice, snov�r or ather wea#h�r re[ated condi#ions. kn the ev�nt Compar�y faifs ta respond as required, City may notify another wrecker company and Gompany snall not b� entitled to the compensation to which it woukd hav� been en#itled nad it arrived timely. e} Natify the City of any change nf ownership, president or chief executi�e officer, ar change of address within five (5) business �ays of any suc� change. 0 f) De�iver the motor vehicle beir�g towed to tn� lacation within the corpora�e limi�s of City designa#ed by the police officer at the scene of the pull. Deli�ery shall be made withaut delay or deta�r. g) Fully coope�rate with any inv�s#igation canducted by the City regarding camp�aints against Company, wt�ether or no# sueh compla�nts arise out of services cantempfatEd by this Contract. h) Shall not becc�me delinq+�ent in the �ayment of any taxes due to City. i} Shall not go tc� any accident scene unfess the Company has been called to the sce�e E�y the awner ar operator of a veh+cle or an au#horized representative of same, or by tf�e C�ty. ;x h) Shal[ riat solicit any wrec�er busir�ess within the ca�ora#� I�mits of City at the scene of a wrecked or disabfed vehicle, regardfess of whet�er tt�e salicitatEon is for the �urpose af sal�citing tf�e busir�ess af tawing, r�pairing, wrecking, storing, trading, or purchas�ng the vehicle. i) SnaEl only emplay drivers of tnw trucks authorized ia operate same. j) Prov�de Police Auto Pound personnel with an invoice at the time the towed vehicl� is c{eliverad to the Pound ta�ether with a signed wrecker selectian form pravided by the police officer or supervisor at tne scene of the police puil. 7. TERMfNA7{aN OR SUSPENSt01� A. This contract may be #erminated or s�spended L�y City for any of the fallowing causes: i. Vialatian of any term andlor conditio� spe�ified in this contract. � 2. Failure to notify the CammunEcatians Division of the Palice Department within fi#teen (15) minutes fram the time of notificatian if the Company wiil be unable to respond within th� torty-five {45) minutes allotted for � a resPonse to a wrecker ea11. 3. Permitting a tow truck ta be operated by anyone while und�r the influence of alcoho{ and/or drugs. 7 - 4. Permitting a tow truck to be operated b�r anyone whose op�rata�'s license is suspended. 5. Transferring or ass�gning any cail for s�rvice to any oth�r company 6. Any sustained complaint of theft by personnel of Campany while actEng in tF�e�r capacity as em�loyees af Company, whether occurri�g during a pofice pu1! or flth�rwise. 7. Ar�y sustained compfaint af #hreats made by personnel of the Com�any wh�ie acting in their capacity as empfoyees of Campany made against thir� parties duri�g a police �ull or oiherwise. 8. Fa�Iin� #o comply with all directions ofi palice p�'�so�nel at the scene of a police Pull ar civilian or police personnel a� ti�e Police Auto Pound. Company may request a�aolice su�ervisor ta vaiidate any such direction giv�n. 9.. FaiEure to comply with any state or f�deral iaw or. city ordinance related to the operation of a wrecker cam�any. 1 n. Fi�e (5) passes within a tF�irty {30) day period. Pass in this paragraph shall mean Company failing to natify the City of i#s inabilifiy to r�spond ta a request for service as required by paragraph 2 aba��. 11. Ten {ip) passes within a thirty (3Q) day period. Pass in this paragraph shali mean a Company notifying tF�e City of its inability to respond to a request far service as required by paragraph 2 abave. 12. Violatian of any rufe or regulation contained in Exhibit "A° attached hareto. B. C�ty shall noti_fy Company in writing ot its intent to terminate or suspend for cause twenty (20) days prior to such suspension or termination. Company sha![ have the right -to requ�st a�earing before the Chief of Police or �his desigr�ee r�garding th� intent ta termir�ate or susp�nd fQr caus� by requesting a hearing in writing within five {5} business days after receipt of no#ice of intent ta ter�inate or suspend. A hearing shafi be conducted within fifteen {15) days of the request for hearing. The City, in its sofe discretian, may temporariiy suspend this contract during any a�pea[s process, :� � C. In the event this cor�trac# is suspended for cause, the susp�nsion shall be for a periocf of time oi nat less than six (6} months nor more fhan twelve (12} months. D. In the event:City suspends ar term�nates this cvntract for cause, and the cause for such suspension or #ermination is determined to be invalid, Corn�any's sole r�medy shall E�e reinstatem�nt ofi tl�is contract. Company expressly wai�es any and ali rig�is to monetary damages, including but nat limited to actual and punitive damages, cour� cas#s and attorney's fees. S. INDEMNl�1CATI�N ;_ Wit� regard to any liability wtiich might arise hereunder, City and Campany agree that they shall be solely and exclusiv�ly �iaE�le for the t�egligence af its own a�ents, servants, subcontractars and employees anc� that neither party shall laok to the other party to save or hold it harmless fort he cor�seqUences nf any negligenc� on the part of one of its own age�t, servant, subcontraetor or employee. Natning co�tained herein sha�l be cor�strued �o be a wa�ver �y City of any rigi�t ofi prntectian which it enjays under applicable State or Federa! law. 9. ASSIGNMENT Company shall not ass�gn, trans#er or suf�let this Contract or any portion hereof to any party without the prior writt�n consent of City which shali nat be unreasor�ably. Any such assignment, transfer or subi�tt�ng of tnis Contrac# shall f�e uoid and shall operate as a terminafiion hereof. 1fl. INDEPENDENT C�NTRACTOR It is ur�derstood and agreed by the par�ies her�;to that Company shall perform a11 work an� services hereunder as an ir�dependent cantractor, and nat as an of�icer, a�ent, servant or employe� of the City. Company sha11 have exclusive cor�trol of and the exclusive right to cantral the details o# the wark or service to be performed hereunder, and all persons p��farmi�g same on behalf of Company, and sf�alk be solely responsible for the acts an� omissions of its officers, agents, G� servants, enlploy�es, contractors, subcon�ractors,licensees, and inviiees. The doctrine of respolldent superior shall not apply as between the City and Company, its officers, agcnts, servants, employees, contractors and subcontractors, and nothing herein shall be constru�d as crcating a partnershi� or jaint venture between t1z� parties hereto. In witness whereof, the parties hereto have executed this Confiraci or7 the 15��h � day of 7Lilv , 2002_. � AT�ST: . - �� ► � ; � _�� �..s.�lw -- Gloria P rson, �'ity Secreta�y APPROVED AS TO FORM AND LEGALITY � Assistant ify Attorney i CITY F FOR ORTH B: iUby �atson Assistant City Mallager Apache Towin� &. Transpart, Inc. (Coinpany Nan1e) ATTEST: Corpora�e Secretary < By: Sandxa Garcia, President �-���� Cantsact �u�Y�a�i�a�i�� .__ loja3��„ — - ---.--. , �— .._ ��., nate . �����u�4� �I�LV�V � C Q�� ���r ���� � �) c:'�I�. �C�a �x�rz�z� A Auxo Povrrn The Fol].owing rules and regu�.ations w�ll be followed by al]. wrecker companies upon arrival at the auto pound. 1. Tha gate will not be blocked by wreckers waiting to enter ar exit Che paund. � 2. i�o mare thaa two (2) wreckers sha].I� be.a�ehorized in the front area, for inventory puzposes, at any one time. .� 3. No wicecker shal� enter the �ound with wore than one (1) person/opera- �or, nnless authorized hy the�on duty shift �upervi.sar. This wi11 be done on a case by cas�"bases. • 4. For safety reasons, a car carrier shall be re�ui-xed to o€€ �.oad the�.r cargo when possible. This shal.]. be determined 'by the on duty super- v3sor. 5. Inventories shouid be hand�.ed in an expedi.tious manner when possible:• �iawever, pound personnel are required to do a complete and grecise inventory of a1� property and vehicl.es. A�sp-ecific ti.me �rame would be impassible �o institute. 6. Wx�cker drivers.shail not be al.lowed co-drive up and down the rows,. look�.ng �or vehicles tp �eposses �or companies said wreckers reQresenr. 7. The use of ca� carrLers, dollies, extra t�me, extra equipment, etc., shall be subject ko approval by the Wrecker administrator or Pound sup-- ervisor. ' $. Wrecker operators/owners shall be required to �allow any directions or ins�ruetions given by auto pound personnel. 9. Violations af any af the above ru�es shaJ.I be sub�ect to review by the Wrecker admi.n�strator. Disciplinary action may be deCermined by t�ee pound supervisor or a tiigher cornmand level.