Loading...
HomeMy WebLinkAboutContract 27412m ��� � �� � � � CONTRACT FOR TOW TRUCK SERVICE {STANDARD SERVICE) WHEREAS, the City of Fort Worth occasionally rec�Lures tl-�e service of tow h ucl�s; and WHEREAS, such �o� t�uck sei-vices are necessary io protect the safe�y of tl�e citizens of the City of Foi�t Woi th, NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: T11e City of rort Worth, hereiisaftex � eferz ecl to as "Ciiy", acting l�erein Uy and through Libby W�tson, its duly authorized Assistant City Manager, �ld Fort Worih Towin,� & Recovery, tllereinafter referred to as "Company", acting hereil� by and through Miclzael Yates , iis duly autllorized �Owner, agree as follows: 1. SERVICES City hereby cont�acts with Company to provide police pull towiilg service. As used hereu�, "police pu11" sh�ll mean that the Fort Wortll Police Department has called Company fioin the rota�ion list io either remove a wreciced or disabled v�llicle or to remove a velucle in a safe driving conditiol�, but the owner is noi p��esent, able or pernutted to drive or to malce authorizations. 2. TERM The term of this caniract shall be for a pei-iod of tw�Ive {12) months from the date of its execution, with four options �o renew for ten'ns of one ye�r each, unless earlier terminated as hereinafter provided. Rel�ewal sha11 occLu upol� City i�aeluding in its budget %r the options years sufficient fiinds to pay for its obligations her�ullder �nd Com�a�1� providing proof of insL�ral�ce io City. 3. COMPENSATION 1. Colzlpensation. AS com�ensation for px'ovidin�; the services colltemplated by �l�is Contract, City agrees to pay Coinpany as follows: �� G� L ����� ; � �� � _ . _ _u i �� 1!(�ltl.,'}�j(BYY� �1�A'�it _--� � , . . , r .' ' � a) Towaqe. A charge of sixty-fi�e dollars ($65.DOj for towing such vehicle from one point on a street to another location within the corporate limits of tt�e city as directed by the �olice department at the place where the tow originated; such charge in�fudes ane hour of exira work. � b) Seconci tow truck. � In the even# the police officer at the scene determines tttat a secflnd taw iruc� is required, a charge of fifty dollars ($50.00) per ha�r� wit� a minimum charge of on� hour, bikled in increments ofi fifteen (15) mEnut�s while at th� scene of the police pu{1. Th� use� of a second tow truck s�all be approwed by a polic� supervisor. Trav�! time is excluded. c) Extra wark. An addit�ona! charg� of fifty dollars {$50.�0) per hour, witi� a minimum charge of or�e hour, charged in increments of fifteen (15) minutes, � fior r�mo�ing vehicles which are aff the str�et right-of-way, sucM charge to be made from the.time the nperatar begins #o remove #he �ehicle unt�1 it is on the traveled partion af the street. Even thaugh the r�ehicle is within the stre�t right-of-way, an additional charge may be made if tf�e vehicle is located in some unusual condition within the rigf�t-of-way, such as, but nc�t limited io, a river ar a creek bed or a ditch of greater depth than the ordinary bar ditch. Extra wark shall only be allowed whe� autharized by a police afficer ai the scene of t�e pulL The charges for such extra work shal! b� reviewed and approved by the Auta Pound Wrecker Administrator. Extra worlc exclud�s travel time, waiting time and clean-up time. dJ Use of a doflv. No aciditivrial fee shall be charged fior the use of a dolly. e) Handlinq hazardous mat�rials. When the carga of any motor vehicle or trailer includes ex�losi�e, nuclear, radiaactive, hazardous or corrosirre materials, as defined by the Env�ronmenta{ Prot�ction Agency, Texas Departmeni of TransPortatia�, or fihe Texas Natural Resouree Conservat�on Comrr�ission, a fee e�ual to one hundred-#ifty {15Q} per�ent ofi the charg�s wh�ch may be assessed purs�ant to su�paragraph "a" above. in addEtio�, a � charge may be made for expenses incur�ed related ta protective clothing and any other su�plies or equipment used in handling such materials, such charge beir�g equal to the act�a! amounts incurred plus fifteen (i 5} percer�t. 2 _ , . �. _ #} Nothing cont�ined h�rein shall be cons#rued so as to obligate City to expr�nd any sums of mon�y. Further, nothing contained herein shall he co�strued so as to guarante� to Company that City will contact Company far any towing services contemplateci by #i�is Confrac#. 2. Invoicinq and Pavment. Company shall Invaice City once per month. Company shal! incEude,with the in�oice such dacuments as may,�e reasonably requested to provide evidence ofi th� services pravi�ed to the City, which at a m9nimum shall inc(ude copies of the wrecker selection form signed by the afficer at the scene of the poli�e pul! and/�r personnel at the Fort Worth Auto Pourid. Such i�vaice shall be subject ta the rev�ew and ap,�ro�al af appropriate City personnel. Ci#y shail remit payment #o Com�any not more than thirty (30} days foElowing appra�al of invoice. 4. VENiCLE AND EQUIPMENT REQUIREMENTS Company sha11 mainta�n at afl times #F�e following �ehicles and equ�pment � in working condition: a) A minimum af two (2} wreckers, one of which shall be not less fhan 14,�a0 pounds gross vehicle weight and one of which sha11 be not I�ss than 10,000 pounds gross �ehicle weight, dual rear whee{s, equipped with a hydraulic opera�ed winch, winch lines, a�d a baom rated at not I�ss than 8,040 pound lift capacity and a wheel lift device rated at not less than 2,500 pounds. b) At a minimum, a11 w�ecKers shal{ be equipped with the following equi�mer�t, which at all times shafl �e ma�ntained in workir�g order: #) 2} 3) 4} 5) 6) 7} Tow bar Tawing lights Emergency o�erhead warning iights (red or amber color only) Safety chain �ire extinguisher, A.B.G. Type Wrecking �ar Braam � 3 �� 9) 10} �1� 12) Ax Shovel Reflectors or traff�c cones Tra�h contain�r Two way voice ar com�uter communication between tow truck and Cor�pany dispatcher 1 �) 8acking warning signai 14) W�eelYchocks c} Each #ow �ruck shall have permanantly inscr�bed on each side of ths vehicle, in letters nf not I�ss t�ar� three (3} inches in heigl�$, fhe name, address and telephone number of the company. Magne#ic or ather forms Q� removable signs are prohibited. d) Each tow truck and tY�e required equipment shall be inspected by the Chief vf Police or his authorized designee prior ta foeing used for services cantemplat�d by #his contract. In adc�ition, each tow truck a�d the requir�d equi�ment shalf be subj�c# to int�rmittent ins�ec#ian to assure cvmpliance with this contract. 5. INSURANCE REQUfREMENTS Company shai! maintain insurance fram insurers acceptable to City of th� followEng types and amounts: 5.1 Commercial General Liability $500,000 �ach occurrence $50Q,ODD aggregate u 5.2 or Garage �.iability $5�0,000 each accident, other than auto $5Q0,000 aggrega#e Automobi[� Liab9lify $500,0�0 each accident, combined sing{� limit This covera�e shali include a1l vehicfes owned or nan-owned that are operating under Gompany's aperating authority. � •' 0 5,3 Cargo/�n�Hook $3�,OOO.per unit Gaverage shall incl�de both the unii beir�g #owed and its contents. Ur�its �covered shall include but not be fimited to motor vehic(es, trailers and boats. Coverage shall be written vn a direct primary basis. , 5.4 CARA��KEEP�Fi'S LI14�lLITY $3�,00� per unit 5.5 Wor�ter`s CompensatiortlAcciden# lnsurance Coverage shall meet the minimum requirerrments of state law as con- tained in the M�tor Carrier Ru�es and Regulations. 5.6 Current insurance certificates shall remain on fife with the City durir�g the term of #his Cantract. Insurance coverages may,� at the sole discretion of the City, be revised upward upon thiriy (3D} days prior written notice to Company. Palicies shal! be endorsed as foilows: � to pro�ide the City with a minimum of thir�y (3Q} days notice ofi canceliation, non-payment vf premium, or nan-renewal; • � to cover the City as an addrtional insured ori liability ins�rance policies, except for emplayer's liability; ar�d � to include a waiver of subragatian in favor of the Gi�y. 5.7 In fihe event a state or federai law, r�ale or regulativn pertair�ir�g to wrecker ser�ice campanies aperafing within the State af Texas exceed insurance requirements spec9fied herein, such state or federa! law, rule or regulation shali prevaEl for the respective ty�e of insurance coverage anr�lar limit thereof. �.� DUTfES AN� RESPONS{BILITlES L�F C(]MPANY Company, during the term of this contract, shall perForm the following duties , and have the foifowing respansifailities: 0 S 9 a} Maintain as i#s primary business the towing of vehicles or trailers by wreckers m�eiing the requirements af paragraphs 4(a} and 4(b} abave, "Primary business" snail mean that Company receives more than f�fty per-cent �50%) of it gross r�venues from the fawing of vehicles and trailers. All of company's r�cords shall be o{�en to reasonable inspeetion, both at the time of execution of this agreement and ,at ar�y time dur�ng the term hereof, to verify�. camPliance wi#h this cor�dition. . b) Maintain a currently licensed vehicle storage facility focated within the corporate limits of ihe City. "Vehicle starage facility" shall mean a facility o}aerated by a person licens�d undar Article 5687-9a, Revised Sfatutes. c) Mair�tain business operation twenty-faur (24) hours a day, sev�n days per week. d) Respond ta al! calls contetnp{ated 6y this contract wit�in #hirty �34) mir�utes of notification, except in extraordinary situatians where d�lay is caused !ay ice, snow or o#her weather refateci cor�ditions. !n the eve�t Company fails to respond as required, City may notify another wrecker campany and Campany shall not be entitled to fhe compensation to which it would haue been entitlec4 F�ad it arri�eci time{y. e) Notify the City of any� change o� awr�ersh�p, president or c�ief �xecutive officer, ar change af address within fiv� (5) business days of any such char�ge. f) Deli�er #h� motor vehic[e being towed #o the location within the corporate lirnits of Ciiy designated by the polic� officer at the scene of the pull. Deliv�ry shall be made wiihaut delay ar detaur. g) F'ully coaperate with any in�estigation conducted by the City regarding complaints aga�nst Company, whethe� or not such complaints arise out of services contemplated by t1�is Contract. h) Shall noi become delinquent in the payment of any taxas due io City. i} Shalf not go to any accider�t sce�e unless the Company �as been callad to the scen� by the owr�er or operator of a vehicle or an authari�ed represen#ative of h same, or by the City. 0 � ' j} Shall not solicit any wrecker �usi�ess within the corpora#e limits of City a� the scene of a wreckeci or disabled veh[cle, regardless of whether the solicitatEon is for the purpose of soliciting the business of towing, repairing, wrecking, storing, tra�ing, or purchasing the �ehicle. k} Shall only employ �ri�ers of tow truc�Cs authorized to operafe same. [} Provide the Police Pound personne� with an invoice at the time �he vehicle is delivered to the Auto Pound together with the signed wrecker selection form #o be provided. ' 7. TERMINATION AND SUSPENS�ON A. This contract may be ierminated or suspended by City far any of the following causes; 1. Violation ofi any ierm andlor condition s�ecified in this contract. 2. Failure to notify the Gflmmunicatians Di�ision of the Police De�artment within fifteen (15} minutes from the time of notification if �the Company will be unabf� #a respond within th� thirty (30} minutes �allotted for a respons� to a call for wrecker service. 3. Permifting a tow tr�ck to be operated l�y anyone w�i[e unc�er the influence of alcahol and/or drugs. 4. Permitting a tow truck to be operated by anyone whose opara#or`s license is suspended: 5. Transferring or assigning any call for senrice to any other company 6. Any st�stained complaint ofi theft by persannel of Company while acting in their capacity as employees of Company, whether occurring during a police pull or oiherwise. 7. Any sustained complaini of ti�reats made by personne! of the Company w�ile act�ng jn their capaci#y as emplaye�s of Company made against third parties dur�ng a police pull or oth�rwise. 8. Failir�g to comply with al! directions of po[ice personnel at the scene of a 5 pafice p�ll or civilian employee at the Po[ice Pound. Company may request a}�olice sup�Evfsor ta validate any such direction given. 7 9. Five (5) passes within a thirty (30} day period. Pass in this paragraph shail mean Campany failing to notify the City of its inabiiity to respond to a request for service as_required by paragraph 2 abo�e. i 0. Ten (� 0) passes within a thirty t30) day period. Pass in this paragraph shall mean a Company notifying the City of its inability to respand #o a request for service as required by paragraph 2 above. i 1. Violation of any rule or regulaiion contained in Exhibit "'A" attached her�to. � 2. �aiiure to comply with any state or federa[ law or cify ordinance refated ta the operation of a wrecker company. ,7 B. City shall notify Company in� writing of its intent to t�rminate or suspend for cause twenty (2Q} ciays prior to such suspension or term�na#ion. Company shall have the right #o request a hearing before the Chief of Pa{ice or his designee regarding the intent to termina#e or suspend for cause by requ�sting a hearing in writing wittiin five t5j �usiness days after receipt of notice of intent to termi�ate ar susp�nd. A hearing shal[ be conducted wit�in fifteen {15) days of tt�e request for hearing. The City, ir� its s�Ee � diseretion, may temporarily suspend this contraci during any appeais pracess. C. In the ev�nt thEs eontract is sus�ended #ar cause, t�te suspension shali be for a period of time of �not less ihan six (6) months nor more than twelve (12} months. D. i� the event City suspends ar terminates thi� contract for cause, and the ' cause for such suspension or terminatian is ci�termin�d tc� be znvalid, Company's sole remedy shall be reinstatement of this contract. Company expressly waives any and all rights to monetary damages, includ�ng but not limited ta actual anci punitive damages, courk casts and attomey's f�es. 8. INDEMNIFICAT��N , With regard ta any fiabifiiy which might arise hereund�r, City and Customer agree that they shall be sol�ly and exclusiv�ly liable for the ne�ligenc� of its own agents, servants, su6contractors anci em�loyees and that neither party shall Eaok : � n #o the other party fo save or hold it �armless fork he consequ�nces o� ar�y negligence on the part of one of i#s awn ageni, senran#, subcontractor or employee. Nathing contained herein shail be canstrued �a be a waiver by City of any right of �rotectian which it enjoys under ap�licable 5taie or Federal law. ' 9. ASSIGNMENT Company sf�all no# assigt�, transfer ar �sublet this Contraci or any por#ion hereof to any party witnout the pria'r written consent of City which shall no# be unreasonably withheld. Any such assignment, transfer or subletting of this Contract withaut the consent of #he City shall be vo,i�i and shall aperate as a termination hereof. 1(}. ZON�S AND ROTATfON L.IST A. City shall divide ti�e city into four �4) zones wh�ch shall eorres�and to the four (4) patrol divisions. Campany sha[I be assigned to the zone or an ad}acet�t zone �n which it maEntains its principa! place of bUs�ness, B, City shall cr�ate a rotation list within each of the four �4} zones that will dictate the order in which wrecfcer campanies are cantacted. C. City may request Com�any to conduct a palic� pui! wit�in any zan�, and Com�any agrees ta �se �its best efforts to arrive at the scene af the �ao[ice taw within ihirty {3�) minutes. �1. lNDEPENDENT CONTRACTOR It is understood and agreed by tne par�ies h�reio that Company shall perform afl work and services hereunder as an independent contractor, and �ot as ar� offic�r, agent, servant or emplayee of the City. Company shall have excl�sive control af and the exclusiv� rigi�t to control t�e details of the work or service to be perfot�'ned hereund�r, and all persons perforrning same an i�ehalf Qf Company, � and sha11 be solely resPonsible for the acts and omissions of its officers, agents, setvanis, employees, con#rac#ors, subcontractors, licensees and invitees. The � doctrule of respondent sttperior sha11 not apply as between the Ci�y and Company, its officers, agents, se�van�s, employees, cantractors and subconiractors, and nothing herein shall be construed as creating a par�nership or joint venture between th� parties hereto. I�it�1 ss whe� of, theG�-ties hereto have exe�ed this Contract on the da of � 9��_ , 20� AT��ST: f � -� , ��J� - .�3, : .: � _ loria Pearso�r, City Secretary CITY�ORT TH `_'� 'f�� I � � �i- �- i_ �'� L - --�.�Uby �son Assistant City Manager APPROVED AS TO FORM AND LEGA ITY Assistant City Attorney ATTEST: CarpaY-ate Secretary , �� �-j I Con�ra�ct 14u�1�A�i����O� .} +. � DBte Fort Warth Towin� & Recovery (Company Name) r By:_� Michael Yates, Owner - � ' - �� . . 4 . � e �XHIBTT A AUTO 1'OUND The fo3.l.owing ru7.es and �egu7.atiox�.s wilJ. t�e followed by a11 wrecker companies upon arrival at the auto pound. ; l. T�e gate wi11. not be blociced by wreckers waiting to enter or exit rhe pound. - � Z. No more than rwo�(2) wreckers shall be au�horized in Ctte �ront area, far i.nventory purposes, ae any one t�m�. 3. No rarecker sha11 enter the pound wieh more �han one (1) person/opera- tar, unless authorized by the on duty sh�ft superva.sor, xhis w�1.1 be done on a case by case basea. 4. For safety reasons, a car carxier shall be requi•red to off 1.oad their cargo when possible. This shall be determined�by�the on duty super- visor. 5. Inventories shou�d be Y►andled in an exgedi.tious manner when possible. $owever, paund persor�nel are requ�red to do a complete and precise . �.nvenrary o� all property and �eh�cles. A specific time frame would be impossible ta insCirute. 6. Wrecker drivers slza7.� not be aTl.owed to �drive up and down the ra+c�s, laoking for vehicles to reposses far companies said wrecicers represent. 7. xhe use of car carriers, dollies, extra Cime, exrra equ�pment, etc., shall be subject to approval by the Wrecker administrator or Paund sup-- ervisor. 8. Wrecker operators/awners shall he required Co follow any directions or instructians gi.ven by auto pound personnel. 9. Violations of any of the above ru].es shal� be subject to review i�y the W'recker adminisrraror. Di.sci.pl3.nazy aet:Con �nay be deterrnined by the �ound supervisor or a highex command level. u Ci�y of'.�ort �orih, T`eacas ���� ��� �c����l ��r��u�r������n DA7� REFERENCE Nl3MB�R I�OG NAM� PAGE 1019 6101 ��9��'� � 0001-0316 , 1 of 2 sue��cT AIJTH�RIZATION �R ABANDQNED ORDINANCE NO. RECOMMENDATION: OF CONTRAGTS FOR NON-CONSENT TOWING OF WREGKED VEHICLES FROM MUL�IPLE VENDORS REQUIRED BY CITY �2924 F�R THE POI.IGE DEPARTMENT lt is recommended that the City Council: 1. Authorize contracts for non-consent towing af wrecked or abandoned vehicles from multiple �endors as required by City Ordinance No. 12924 (see attachment "A" for a list of current vendors); and 2, Authorize the co�tracts ta begin October 1 f, 2001, and expire October � 5, 2002, with aptions to renew for #our successive one-year periods, DiSCUSSION: City Ordinance No. 12924 regulates non-consent towing wiihin tF�e City requiring companies desiring to perform non-consent towing for the Police Deparfinent to execute a contract with the City. There are �t�r�e types of contracts: those for standard taw trucf�s, tiit bedlrollback tow trucks, and tandem tow trucks. Participating wrec��r companies are licensed under Article V, Wreckers, of Chapter 34, Vehicles for H�re, of tl�e Code of the City of Fort Worth. The fees for services tp be provided and �ssignment to ane af four zones are the same as contaEned in the ordEnance. The estima�ed ex��nditure far t�tese services is $1,1 a0,Q00 per year. Contracts wi�l be executed with any �endor desiring to perform non-consent towing tha# meets the contract requirements such as towing operafions being a ven�ors primary business, equipmen# spec9f9catians, insurance, and a local licensed storage facility. BI❑ TABULATION - See attac�ed "Senrice F�e Schedule". MIWBE - A waiver af the goaf for MIWBE subcantracting requiremenis was requested by tY�e Purchasing Divisian and approved by the MIWBE �ffice because the purchase of services is from sources where subcontracting or supplier oppor�unities are negligible. RENEWAL OPTIONS - These contracts may be renewed for up #a fiour successive one-year terms at the City's o�tion. This action �does not require spec�fic City Council approval, provided that the C.ity Cauncil has apprvpriated sufficient funds to satisfy fhe Cify's ohligations during the renewal term. �}����QQ� ������D ��� ����� i ��� 11 110 i S�U�'Y�Q �i7fltlO �'ity of'�'ort �'orih, T'e.�as �1��� ��1� �+��11�1Q ���11�E1����t'1�� DAi� REFERENCE NUMB�R L.C7G NAM� F'AGE 10116f01 ��g�7� 0001-03� 6 2 ofi 2 sue.��cT AUTHORI2ATION OF CONTRACTS FOR NON-C4N5ENT TOWING QF WRECK�D � OR ABANDONED VEHICLES FROM MULTIPLE VENDORS REQUIRED BY CFTY ORDINANCE NO. 'f 2924 �OR THE PD1.fCE DEPARTM�,NT FISCAL INFORMATIONiCERT1FIGATfON: The Finance Dir��tar certifies that funds are avaifabla in the current op�rating budget, as appropriated, of the Ger�era� Fund. CB:n � BQN141-0316IKDK Submitted iar City Manager's I f UNA I ACCQUPfT I OfflCe by: � (to) � Charies Soswel] 85I 1 � OrigiQating Department Head: � Jim Keyes 8517 � (from} . � Additional Tnfarmation Contact: Fi.obert Combs 8357 CEIYTER _ I AMOUNT _ CITY SECR�TARY A�PR4VE0 �li°Y �Q�NC��, QCT 23 ZO�i ��.����� CiY�j 5aarataYy aF the C.itv nf ForC �ilorth'Cexas ._,