Loading...
HomeMy WebLinkAboutContract 27416� : r� . ��N � �� � ��� �-r� ��. . � i CONTRACT FOR TOW TRUCK SERVICE (TANDEM AXLE) WHEREAS, t11e City of Fort Worth occasionally requires the se�-vice o� tow trucks; and WHEREAS, such tow trucic services are necessary to protect �he safety of the citizcns of the City of Fort Wor�h, NOW, THEREFORE, KNOW ALL BY T�iESE PRESENTS: The City oi Fort Worth, hereinafter referred �o as "City", acting herein by and through Libby Watson, its duly authorized Assistant City Manager, and WHW Transport Inc. dba Cornish Wrecicer Service , hereina�ter ref�rred to as "Company", acting he�ein by and ihrougll Steve Smith ,. its duly authorized President, agre� as follows: 1. �ERVICES City hereby contracts with Conipany to �z�ovide police pu11 towing servzce. As used herein, "police pull" shall mean that the Fort Worth Police Departmei�t has called Compa.ny from ihe rotation list to either reinove a i wreciced or disabled vehicle or to remove a vehicle in a safe driving condition, but the owner is not present, able or per�nitted to drive or to malce authorizations. 2. TERM The term of fhis contract shall b� for a period of twelve (12} months froin the da.te of its execution, with t�our options to renew for te�-n� of on� y�ar each, at the City's sole discretion, unless eariier t�nninated as hereinaf�er provided. Ren�wal shall occur upon City including in its budget for the options years sufficienfi fLl11dS to pay for its obligations hereunder a�ld Company providing proof of insuranc� to City. 3. COMPENSATION � 1. Compensation. As compensation for providing the se�vices contemplated by tl�is Contract, City agrees to pay Campany as follows: G��f�9CBa� �?[���� i C0� ������G;IQ� � � .��r��M. ��� . � I a) Towape. A charge af on� ��ndreci twenty-five daliars �$i25.00) per hour for , tawing such vehicle from ane point on a street ta anather iocation wifihin the ' corporate �imi#s of the ci#y as directed �y tf�e pfllice departmen# at the place where the tow originated. The minimum charge shali be for one hour; aft�r tf�e first hour, tim� shall be bilfed for �n inGrements of fifteen (�5) minutes. b) Second tandem axle taw #ruck. In the e�ent the police , officer at the scene determir�es that a second tandem axle taw truck is required, a charge of one hundred twenty-fiv� dollars ($125.00) per hour billed in increments af fifteen ��t5) minutes w�ii� at the scene of the police pull, with a minimum charge for one hour. Travel time is excluded. ;_ c) Reimbursables. [n the event Campany is required to re�t equipment�or ather materials specifically related to a police pull as dir�cted ir� writing by a police supervisor at fhe scene, Company shall be r�imbursed the ac#ual cast inc�rred pius fifteen perc�nt (15°/4). Charges under this subparagraph are subjeci to t�� review and approval of a police supervisor. d) E�c#ra help. An additional charge of twenty ciol[ars ($20.D0} per ma� per hau�, wifih a minimum charge of faur (4) hours, when authorizeci in wr�ting by a�aolice sup�rvisor a# the scene of the p�lice pull. e) ' Air cushions, 1.) Regular cus��ons - A charge of one ht�ncired-fifty doliars {$150.00) per hour per c�shior�, witY� a minimum charge af one hour. After the first hour billing shall be in incremenis af fift�en (15) minutes. 2.) Tank�r cushians - A c�arge of four huncired dailars �$400.Oa) per hour per cushion. After the f�rst hour biliir�g shall be in increments of fifteen (15} minutes. ' _ 3.� Priar approval by a polic� supervi�or at the scene of a police pull is required for i1�e use ofi air cushions. � f) Hat�dlir�q hazardous rr�aterials. When t�e cargo of any motor �ehicie or trailer includes explosive, nuclear, radiaactive, hazarcious or corrosive materials, as d�finec� by the Er�vironmental Protection Agency, Texas 2 Department af Transportation, or th� Texas Natural Resource Conservation � Commission, a fee equal ta ane hun�red-fifty {15A) perceni of the charges ir�curr�d under su��aragra�h "a" above. g) Tractor, hydrauGc tilttail, lowboV. other specializ�ci e�uitament. A charae o� one hundrec� twenty five dolfars �$i��.00j p�r hour, bilfed in increments of fifteen (�5} minutes, as authorized in writing by a,police supeE-visor at the scene of the palice pu[!. The police supervisor shafl sign the wrecker s�lection #orm. h) Nathing cor�tained herei� shall be construed sa as to obligate City to expend any sums of money except for services actually r�`ndere�. Furtner, nothing contained h�rein st�all �ae construed so as to guarantee to Company that City will contact Campany for any iawing servic�s con�emplated by this Cantract. 2. lnvaicinc� and Pavment. Campany sha11 Invoice Gity once per manth. Gampany shalf include with the ir��aice such documents as may i�e reasonably requested ta prov�de evidence of the ser�ices provided to tt�e City, wh�ch at a minimum sha!! inc�ude copies of the wrecker selection form signed by the officer ai the scen� of the Police pu{1 andlor personnel at th� Fort Wort�t Auto Paund. Such invoic� shall be subject to the review and apprava[ of appropriate City personr�el. City shall remit paymenf ta Campany nat more than tE�irty (30) days following approva! ofi invaice. � VEHICLE AND EQUIPMENT REQUIREMENTS Com�any shall mainiain .at ail tim�s the following �ehicies and equipment �n working conditiQn: a) A minimum of on� (1) tandem axl� (heavy duty} wrecker rated at not less than 26,aD0 gross vehic#e weignt, equipped with a pawer winch and win�h lines with a baam rated at not less #F�an 50,000 �ound lift capaciiy. b� At a minim�m, al1 wreckers shall be equipped with the following equipment, whicF� at alf times shafl be maintair�ed in war�Cing order: 1 } Tow bar � 2) Towing I[gh#s 3 3) 4) 5) 6} 7) 8) 9} i 0} 1�) 12} Emergency averhead warn�ng fights (red or amber coEor only) Safaty c�ain Fire extir�guisher, A.B.C. type Wrecking bar Broam Ax . S�ovel Reflectars or traffic cones Trash container Two way voice or computer communicatib�n b�tween taw truc�C and Gompany dispatche�- 13) Backing warning signal �4) Whee! c�ocks 15) Traffic cc�nes cj EacF� taw truc�C shal{ have permanenily inscrib�d on each side of t�e veY�icle, i� letters of nat less than th�ree (3) inches in h�ight, the name, address and te{ephane number o� the company. Magnet�c ar other forms of remova�fe sigr�s are prohifaited. d) Each tow truck and the required equipmen� shaf( be inspected by the Chief of Po{ice or his authorized designee prior to being �sed for services cont�mp{ated by this contract, In additian, each fow tr�ck and the required equipment shall be sub�ect #o intermitten� inspec#ion to assure compliance with this caniract. 5. INSURANCE REQUIREMENTS $1,OQO,ODO each accurrence $1,000,000 aggregate Qr 0 Campany sha{! maintain insurance from insurers acceptabl� to City in the foflawing types and amounts; 5.1 Commercia{ General Liability Garage �iabiEi#y $1,000,000 each accident, other tf�an auto $1,040,000 aggregate 5.2 Automobile Liabiiiiy $1,000,000 each accident, combined single limit Th�s coverage shafl include afl vehicles owned dr non-ow�ed that are operating under Company's op�:rating authority. 5.3 CargolOn-Hook $5D,400 per uni# %s Coverage shall include bat� the unit �eing towed and its contents. Uniis co�ered shall include but nat be limiteci to motor vehicfes, trailers and boats. Coverage shal[ be written on a direct primary basis. 5.4 GARAGEK�C PER`� �,��B�LIiY $5D,a00 per unit 5.5 Wor�te�'s CompensationlAcc'[dent Ins�ar�nce Coverage sl�ail meet t�e minim�am r�quirements of state Iaw as con- tained in the Motar Carrier Rules and Regulaiions. 5.s Current insuranee certificates shall remain �r� file w+th the City during the term of this Contrac#. Insurance caverages rnay, at the soEe discretion of the City, �e reviseci upwar� upon thirty (30) days prior writtet� notice t� Cflmpany. Po{icies sha11 be endorsed as fallows: o to provide the City w�th a minimum of thiriy (30} days notice of cancellation, non-payment of premium, or non-renewal; o#o cover the City as an additional insured on liability insurance pc�iic�es, except for empfoy�r`s liabifity; and � to - include a waiv�r of subrogation in favar af the City. 5 i. . , 5.7 In the ev�nt a state or f�d�ra1 law, rule ar regulation perfiaining to wrecker serv�ce campanies operating witnin the State of Texas exceed insurance requirements speci.fied herein, such state or fed�ra! law, rule or regu[ation shah pre�ail far the respective type of insurance coverage andlor li�mif thereof. 6. DUTIES Af�D RESPQNS181�fTIES OF CC?MPANY Com�aany, during the term of this contract, shall �erform the following duties and have the fo[lowing r�:sponsibilities: a) Maintain as its primary (aasiness the towing �f vehicies or �railers by wrec�cers me�tin� the requirements af paragraphs 4(a) and 4(�) above. "Primary business" shall mear� that Company receives mare ti�an fifty per- cent (a0%) af it gross revenues fram the towi�g of �ehic[es and trailers. A�! af campany's recor�s shafi be open to reasona�Ie i�spection, bath at the time of executian af this agre�ment and at any time during th� term hereof, to verify compliance witF� this conditifln. b} Mair�tain a currently licer�sed �ehicle starage facility loeated within fF�e corporate fimits of th� City. "Vehicle storage facility" sha11 mean a�acility operated �y a person ficensed under Article 6687-9a, Revised Sfiatutes. c} Mainta�n b�asiness operation tvwe�ty-�our (24) hours a day, seven days per week. d) R�s�ond to a11 ca11s contemplated by #his contract �within forty-five (45) minutes of natificatiar�, except in extraordinary situations wh�re delay is caused i�y ice, snov�r or other wea#her relat�d conditio�s. In the event Company fails to resPand as required, City may notify anott�er wrecker company and Company shall not be entitled to the campensation to whEc�r �t would F�ave been ent�tled f�ad it arrived timefy. e) Notify the City of any change of ownership, president or chief sxecutive ofificer, or change of address within five {5} business t#ays of any such change. @ f) Defiver the motar vehicle being towed to the location within the corporate limits of City designated by the police officer at the scene of the pull. Deli�ery shalf he made without delay ar detour. g) Fully coopera#e wi#h any investigation canducted by the City ragarding compfaints against Company, whether ar not suct� complaints arise out of setvices contemplat�d by this Contract. . h) Shall nai became definquent i� the payment of any taxes due to City. i) 5hall not go to any accident �cene unless #he Company has been called to the scene by t�e owner ar operator of a vehicle or an au#fi�orized representative of same, or by the City. .� h} Shali riot solicit any wrecker business within the corporat� limits of City at the scene of a wrecked or disabfed �ehic�e, regardless of wt�ether the salicitation is �ar the purpose af saliciting the business of towing, repairing, wrecking, storing, trading, c�r purchasing the veh�cle. i) Sh�ll an[y employ driuers o� tow trucks authorized to o�erate same. j) Provic{e PoGce Auto Pound persQnne! wi#� at� ir�voice a� the time the towed ve�icie is deEivered to the Pound tog�tt�er with a signed wrecker selection form provided by tk�e polic� officer or super�isor at the scene of the pofice pull. 7. TERM1NATlON �R SUSPEI�SION A. This contract may be terminated or suspended f�y City for any of the foflowing causes: i. Vioiation of any term and/or condition specified in this contract. 2. �'aifure ta notify the Communica#ions Division of tY�e Police Departm�nt within fifteen (15} minutes fram tf�e time of notification if the Cflmpany wi[I be unabie ta respond within t�e fort}i-five (45) minutes allatted far �a respanse to a wre�ker call. 3. Permittir�g a tow trucic to t�e operated by anyone whike under th� ��fiuence of a6cohol an�lar c�rugs, 7 4. Permifting a t4w truck to �ae operated 6y anyone whose operato�'s license is suspended. 5, Transferring or assigning any call for service to any ather company �. Any sustained complaint of theft �y personnel of Company whike acting �n their capacEty a5 emplay�es of Company, whether occurring during a palice pull ar ott�erwise. 7. Any sustained camplair�t of threats made by personnel of the Company while acting in their capacity as emplayees of Company made against third parties during a police pulf ar otherwise. 8. Failing to com�ly wi�h afl directians afi palice p�°tsonnel at the scene of a polic� pull or civilian ar police personnel at the Palice Auto Pound. Company may request a police su�ervisor to vafidate any such d'+rectian given. 9. Failure to comply with any state or federal !aw or. city ardinance related to �he aperation of a wrecker company. 10. Five (5} passes withir� a thirry (30j day period. Pass in this paragraph shalf mean Gompany failing to notify the City of its inability ta respond to a request for ser�ice as required by paragraph 2 above. � 1. Ten {10) passes within a thirty {3�j day period. Pass in this paragraph shall mean a Compar�y notifying the City of its ina�ility to respond to a requesi for service as requireci by paragrap� 2 above. 12. Violation of any rule or regulation cantained in ExE�ibit "A" attached hereto. B. Ci#y st�a11 notify Company in writing of its intent to terminate ar suspend �or cause twenty (20) days prior to such susper�sior� or term�nation. Company shall ha�e the right �to requesi a�earing b�fore the Chief ofi Police ar ��is designee regarding the intent to terminate or suspend for caus�e by requesting a hearing in writing within five {5) �usiness days after receip# of notice of intent to terminaie or suspend. A hearing shall be canducte� wit�in fifteer� (� 5) days of #he request for hearing. The City, in Et5 SQEO discretior►, m�y temporarily suspend this contracf during any appeals process. : C. In th� event this contrac# is suspenc�ed for cause, #h� suspensior� st�all be for a period of time of nnt �ess than six (6) months nor more than tweive (12) mo�ths. D. ln the event _.City sus�ends or termina#es this can#ract for cause, and the cause for such suspe�sion or t�rmination is de#erm�ned ta be invalid, Company's . sole remec{y shal! be reinstatement of tnis contract. Gompar�y expressly waives any and a11 rigl�ts to monetary damages, inclUding but not IimEt�d ta aeival a�c� pur�itive damages, court costs and attomey's fees. 8. 1NDEMNIFiCATiON y�F W�th regard to any Eiability which migf�t arise hereund�r, City and Company agree that thay shalf �e solely and exclusively liable for the negligence of its own agents, seivants, subcvntractoi-s and employees and that neither pariy sna11 look to the other party to save or i�old it harmless fort he consequences of any negligenc� an the part af one of its awn agen#, servant, subcontracior ar employee. Nothing contained here�n shall be cor�strued to be a waiver by City of �.ny right of protectian which it enjoys under applica6le State or Federal law. 9. ASSIGNMEN�' Company shall t�ot assign, transfer or subE�t this Contract or any �ortian hereof to any party without �he priar written consent of City which si�all not be unreasonably, Any such assignment, transfer or subletting of #his Contract shall be �oid and shaff o�aerate as a termination hereof. i� INDEPENDENT CONTRACTOR It is understood and agreed by the parti�s hereto that Company sk�afl per�orm a11 worlc ar�d services h�reunder as an independent contractor, anc� not as an officer, agent, servant ar employee of the City. Company sha11 have exclusive cor�tro{ of ar�d the exciusive right ta contral th� details of the work or service to be performed hereunder, and al1 persons performing same on behalf of Company, and shali be solely responsible for the acts and omissions of its officers, agen#s, E servants, employees, contracto�s, subcontractors, Iicensees, and invitees. The � doctrine of respondent superior shall not apply as between t1�e City a11d Company, its officers, agents, servant�, employees, contractors and subcon�ractors, and nothing herein shall be constn�ed as creating a partnership or joint venture between the parties hereto. In witness whexeof, the ties he�eto have executed this Cont�•act on the ��,,.�T day of �u�. , 20%'�. � A E�T: - , � , � Gloria Pea on, ity S�cretary CITY (�l�' FORT W4RTH �._� ; _ � � ''�- _- By: �� �y son Assistant City Manager r ' � y APPROVED AS TO FORM AND LEGALITY � Assistant City Attorney ATTEST: Corporate Secretary Cafltr�c� l��ho�iz��i�n f G , � a�t� � --•, ,� _ _ WHW Transport Inc. dba Cornish r cicei- rnc. (Com�N�ne�) � � B '�i / Steve Smith, Pre ident , ,. EXHiBIT A ATITO POUND �%e �ollowing ru]_es and regul.atio�s wi11 be follow�d by a��: wrecker companies upon arrival at the a�Co paund. 1. The gate wi.11 not be b�.acked by wrecicers waiting ta enter ox exit �i�e pound . � 2. No more Chan rwo (2) wreckers shalZ be.authari.zed in the front ar�a, �oz i.nventory purposes, at any one time. /j ! 3. �Io wrecicer sfial.�. enter the pound with more than one (].) person/opera- tor, unless auehoxi.zed by the�on duty shi.�t supervisor. This wil� be done an a case by case'-bases. 4. For safety reasons , a car carrier- sha�.]. 3�e requi-red to of f load r.heir cargo when passible. This s�a11 be de�erm;ined�by the on duty super- vi.sor. 5. Inventories shauld be handled in an expedit3.ous manner when possib�.e:� However, poe�nd personnel are required re do a complete and precise inventory of all�property and vehicles. A spec�fic time �rame would be impass�b].e ta instftute. 6. Wrecker drivers shall nor be allowed to�dri.ve up and down the rows,. �ooking for vehicles ro reposses �or companies said wreckers regresent. 7. The use af caz carriers, do3.3.ies, extra time, extra equipment, etc., sha11 be subject to apgrovai by the Wrecicer administrator or Pound sup- ervisar. . 8. Wrecker operatorsJowners shall be required Co follow any directions or instructions given by auto pound personne2. 9. Vialations of any af the above rules sha11 be subject Cn review by the Wrecker administraCor. Di.scipli.nary action may be deCermined by the pound sup�rvi.sor or a higher command level. City of �ort �or��a, �'e�as � �� �r�� ��n�� ������;�at��� � � DATE R��'ERENCE NUMB�R LOG NAME PAGE r 10/16/01 ��9477 � 0001-0316 � � of 2 su�aa�c-r AUTHOR�ZATI�N OF CONTRACTS FOR NON-CONSENT T�WING OF WRECKED �� OR ABAN�C}NEp VEHICLES FROM MULTIPLE V�NDORS REQUIRED BY CITY OFiDINANC� NO. 12924 FOR THE POLICE D�PARTMENT �_ ___ FtECOMMENDRTION: It is recommended #hat the City Council: 1. Autho�i�e contracts far non-consen# towing o# wrecked or abandoned �ehicles fram multi�le vendars as required by City Ordinance No. 12924 (see attachment "A" for a Eist of c�rrent vendors}�; and 2. Authorize the contracts fo begir� October 16, 2001, and expire October 15, 2002, with options to renew for faur successive one-year p�riods. DISCUSSION: City Ordinance No. 12924 regulates non-consent tawing within the City requiring companies desiring to perform non-consent towing for the Police Department to execut� a contract with the City. There are thre� types of contracts: those for standard tow truc�s, tilt bedlrollback tow frucks, and tandem tow trucl�s. Participating wrecker companies are licensed under Article V, Wrecl�ers, of Chapter 34, Vehicies for Hire, of the Code of the City of Fart Worth. The fees for services to be provided and assignment to one of four zones afe the same as contained in the ordirtar�ce. The est�mated expenditure for these services is $1,�aa,OQO per year. Contracts wiil be executed with any vendor desiring to perform non-conse�t towing that meets the contract requirements such as towing operations being a vendors primary business, equipment specifications, insurance, and a Iocal licensed starage facility. BID TABULATI�N - See attached "5ervice Fee Schedule". MIWBE - A waiver of �he goai for MIWBE subcontract�ng requireme�ts was requested by the Purchasing Division and approved by the MNUBE Office because the purchase of s�rvices is from sources wh�re subcontracting or supplier opportunities are negligi�le. REfVEWAL 4PT[ONS � These co�ttracts may be renewed for up to fou�' success9ve one-year terms at the CEty's option. This action �does not require s�ecific City Council approval, provided that the City Counci! has appropriated sufficieni funds to satisfy the City's obligations during the renewal term. ��������� �'��G��� ���V������ ' ��li 8 Lo ll��f�ll Ylg ��b11a Cl�y D, f �(.�1"� �OY��d, �'e��s � �� ��� �u�r��I ��r�t�n���r�i�� � � f� DATE REFERFNCE NUMB��t I L�G NAME PAGE � al� s�o� ��94�� 000� -os� s 2 ot 2 - sua�ECT AUTH4RIZATION �F C�NTRACTS FOFt NON-C�?N5E T TC7WING QF WRECKE❑ t)R ABAND�NED VEHICLES �R4M MULTIPLE VENDORS REQl11R�D BY CITY ORDINANCE NU. 12924 FOR THE PC7LICE DEPAR7MENT �ISCA�. iNF�RMATION/CERTIFICAilON: � The Finar�ce Director ce�tifies tha# funds are available ir� the current operatin� budget, as appropriated, of tne Generai Fund. _ CB:n BQN/Q1-0316/KDK � 5ubmltted far Ci#y Manager's orc��e �y: Gharles Saswell Qrlginatin� Department Head: 3im Keyes Additiouai Informatian Cnntact: � FUNB � ACC(3U1IT � � �r4� I 8511 � $S l7 � (fromj Robert Combs 8357 � C�N�'�R � AMt�UNT CiTX �ECRETARY 1 ��t�P�aVED � ��� i ����4��� _� 0 CT 28 20Qf I �`�.e�+� LiG'e r��1 1 CE4y 5ecrgtary at the C f;etv af Fort Warth, Texa:v