Loading...
HomeMy WebLinkAboutContract 27420. � ;, } CIiY ��C��iq�Y ��.NTRRCi iV� . � � ,_ �- �ONTRACT FOR TOW TRUCK SERVICE (STANDARD SERVICE) WHEREAS, the City of Fort Worth occasionally requires the service ofi tow trucks; and WHEREAS, such tow trucic services are necessar� to protect the safety of the citizens of the City of Fort Worth, NOW, THEREF�RE, KNOW ALL BY THESE PRESENTS; The City of For� Worth, h�reinafter referred to as "Ci�y", acting herein by and through Libby tiVatson, its duly authorized Assistant City Manager, and T�evin M. Cain and Hea��nan Garcia lndividuallv awlled and dba Ea�le Towin� and Recovery her�inaf�er referred to as "Company", acting herein by and through T�evin M Cain anc� Herman Garcia, its duly authorized �wners, agree as follows: 1. SERV�CES City hereby contracts with Company ta provide police pull towing service. As used herein, "policc pu11" shall mean that the Fort Worth Police ; Department has called Company fraln the rotatzon lis� to eitller remove a wrecked or disabled vehicle or to remove a vehicle in a safe driving condition, bLlt the owner is not present, able or peranitted fo driv� or to n�alce �L1�ilOT'1Z�t10ri5. � '�U The ternl of' this contract sha11 be for a period of �welve (12} mon�hs from the date of its execution, witll �our optiai�s to renew for terms of one year each, unless earlier terinina�ed as hereinafter provided. Renewal shall occur upon Gity including in its budget for the optzons years sufficient funds to pay for its obliga�ions �ereunder and Company providing proof of insurance �o City. 3. COMPENSATION l. Con�pensation. As campexlsatior� far providing t11e services cont�mplat�d by this Coni�act, City agrees to pay Con�pany as fnllows: �E� ��l�l.���1� °��-�1�:�� fV ��1� -� - ��-,��� [� �� °�e � a) Towae�e. A charge of sixty-fi�e dollars ��65A0) far towir�g such vehicle from on� point o� a street to another lacatian wifhin t�e corporate �imEts of the city as directed by the police department at the place where the tow originaied; such charge i�cludes one haur of e�ra wflr[c. b) Seconr� #ov+� iruck. � In the event the police officer at the scene determir�es that a second tow truck is required, a charge of fifty dollars ($50.00} �er ho�r,, with a minimUm c�arge of one hour, billed in increments of fifteen (� 5} minutes whiie at th�e scene of the police pull. The use� of a second tow truck s�all be ap�ara�ed E�y a police supervis�r. Tra�e! time is excluded. c) Extra work. An additianal charge of f�fty dollars ($5�.00} per hour, with a minimum c�arge of one hour, charged in increments ot fifteen (15j minutes, for removing �ahic[es which are off the street right-of-way, such charge to be made from the.time the operator begins to rema�e the vehicle until it is on the traveled por�ion of the stre�t. Even thougt� t�e veniele is within the street right-of-way, an additional charge may be made if the �ehicle is located in some unusuai conditian within the right-of-way, suc�t as, but not I�mited ta, a ri�er or a creek bed or a diich of gr�ater depth tF�an the ordinary bar ditch. Ext�a work shall only b�e allowed when aufhorized by a police officer at the scene of the pulL The charges far such extra work shall be reviewed and ap�rov�d by #he Auto Pound Wrecker Administrator. Ex#ra work excludes travel t[me, waiting time and clean-up time. d) Use ofi a dollv. No additiona[ fee shall be charged for the use of a dolly. e) Handlina hazardous rnaterials. When the cargo af any motor vehicle ar � trailer includes exPlosive, nuclear, radioactive, hazardous or corrasive materials, as c�efined by the Environmental Protection Agency, Texas Department of Transportation, or the Texas Nat�ral R�source Conservation Commission, a fee equal to one hundred-fifty (�50) p�rcer�t of the char�es which may b� assessed �ursuant to subparagraph "a" above. In addition, a charge may be made for expenses incw�red related to pratective clothing and � any oth�r supplies or equipment used in handiing such materiafs, such charge �eing equal to the actual amounts incurred plus fifteen (15} percent. 2 f� Nothir�g c�nta�nec# herein sha[I be construed so as to obfigate Cify to expend any sums of money. Further, nothing conta�ned herein shall be canstrued so as to guarantee to Comparty that City will contact Company for any tawing ser�ices contem.plat�d by ih�s Contract. 2. Invoicina and Pa�ment, Company shall Ir�vaice City onee per month. Gompany shall inc[ude,with the invoice such dacuments as may.be reasonably requestec� to provide evidence of ihe services prov�ded to the City, wt�ich at a minimum shal! inc[ude copies of the wrecker selection farm si�n�d by the afficer ai the scene of the �o1ic� pu11 and/or �ersonnel at the Fork Warth Auto Pound. Such invoice shall be sub�ect to the review and ap.proval of appropriat� City persQnnel. City shafl remit payment to Comparry noi more than thErty {30) days fallawin� approval of invaice. 4. VEHICLE A�ID EQUIPMENT REQUiREIVfENTS Com�any shall maintain at all times the following �ehicles and eq�ipment in working condition: a} A minimum o# two (2) wreckers, one of which shall be not less than 14,000 �aunds gross vehicf� weigt�t and one af w�ich shall be not l�ss than 10,��Q0 pounds gross vehjcle r+ve[ght, duai rear wi�eels, equipped with a hydraulic aperat�d winch, winch �ines, and a boom rated at not less than S,Q00 pound lift capacity and a wheef fift device rated at not l�ss tnar� 2,50D pounds. �) At a miriim�tm, a11 wreckers shall be equi�ped with the fa[lowing e�quipment, which at a!I times shail be maintained ir� working arder: 4 1) 2) 3) 4� 5) V) 7} Tow bar Towing lights Emergency overhead warning IigY�ts (red or amber color an[y} 5afety chain Fire extinguisher, A.B,C. Type Wreckin� bar Broom 3 S 8) 9) 1 Q) 1�) "12) Ax Shovel Refleciors or traffic cones Trash conta�ner Two way voice or computer communication between taw truck and Gor�pany dispatcher . 13} Backing warning signal 14} Whe�;l aE�ocks c} Each tow fruck shall have permanentfy inscribed on each side, ofi the vehicle, in letters of not less than three {3} inches in heigl�ta the name, ad�ress and ielephane number of the company. Magnetic or other fiorms af rema�abfe signs are pro#�ibited. d) Each tow trucEc and fhe required equipment sha[1 be [nspected by the Cf�ief of Police or h�s authorized designee prior to being used for se�vices contem�lated by �his contract. In addition, each tow iruck at�d the required equipment shall be sub�ect to intermittent inspection to assure compEiance with this contraet. �. INSURANGE REQUIREMENTS Campany shaE! ma�ntain insurance from ir�surers acceptabfe to Ciiy of the folEowing types and amounts: 5.� Commercial General �iabil�ty $500,000 each occurrence $500,000 aggregate or 5.2 n This coverage shaif include all �ehicles ow�ed ar non-awned that are aperating uncier Company's operating authority. 4 •' Garage Liability $500,000 each accid�nt, other than auto $500,000 aggregate �lutomabile Liability $50Q,000 each accident, cambir�ed single limit 0 5.3 �argolOn�Hoo� $30,000 per unit Coverage sha11 include bot� fh� unit being tow�d and its contents. Units covered si�al� include but not be limi�ed to motor vehicles, trailers and boats. Coverage shal[ be written an a direct primary basis. L� 5.4 GARAC�K��P�R'S i�I/�BILIiY $30,000 per unit 5.5 Wor�er's Compensafiot�dAccident [nsurance Goverage shall meet the miriim�m require�ents of state law as con- tained in the Motor Carrier Ru{es and Regulations. 5.6 Current insurance certificates shall remain on file with the City during the term of this Contract. Insurance co�erages may, at th� sole discretion of the Ciiy, be revisec{ upward upon thirty (��) days prior w�itten natice to Company. Policies shall be endorsed as follows: � to �rovide the CEty with a minimum ofi t�irty {30) ciays notice of cancellation, non-paymer�t of premium, or non-renewal; - o to c�ver the City as an addiiianaf ir�sured on IiabiEity ir�su�ance polic�es, �xcept for employer�s lia�ility; and � to include a waiver of subrogation in fa�or of the Ci�y. 5.7 in the event a state or federal law, ru�e or regulation pertaining to wrecker service companies operating within th� State of Texas exceed insurance req�irements specified herein, suc� staie or fiederal law, rule ar reg�lation shall prevail for the respective ty�e of insurance coverage and/or limit thereof. C:� DUTIES AND RESP�NSlBILETlES OF COMPANY Gompany, during the term af this contract, shail �erfarm the foEfowing duties , anci have the folfowing r�sponsit��liti�s: G . . ,, a) Maintain as its primary business the tawing of �e�icies o� trail�rs by wreckers meeting t�e requirements of paragraphs 4(a) and 4{b) abo�e, uPrimary bus�ness" sha11 mean that Company rec�ives mare than fif#y per-cent �50%) af it gross reVenues from the towing of vehicfes and trailers. A[! of campany's records shall be open ta reasonab�e inspection, both at th� time of executior� of �his agreement and,at any time durir�g the term hereof, ta verify.campliance with this condition. b) Maintain a currently licensed �ehicle storage facility �ocated within ihe corporate iimits of t�ie City. °Vehic�e siorage faciiity" s�af! mean a facility o�erate� 6y a person licensed under Article �fi87-9a, Re�ised 5tat,�tes. c) Maintain business operation twen#y-fo�r {24) hc�urs a day, seven days per week. d) Responci to all.cal[s contempla�ed !�y this contrac# wi#hin thirty (30} minutes of notification, except in extraordinary situations where delay is caused by ice, snow or ath�r weatn�r related concfitions. In the event Company fails to respond as required, Gity may nati#y another wrecker company and Com�any s�alf nat t�e entitled to the compensa#ion ta which it would have been er�titled had it arrived timely. e} Natify the City of any change af ownershi�, presicfent or chief executive officer, or change of address wiihin five (5) business days of any such change. f) Deliver tY�e mator vehicle being towed to the loeation within the carporate limits of City designated by the police offieer at the scene of the pulL Delivery sF�a11 be made without de�ay or detour. g) Fufly cooperate with any in�estigation eonducted by the Gity regarding complaints aga�nst Company, whether or not sueh compfaints arise out af ser�ices contemplated by this Contract. h) Shafl not becom� delinquent in the paym�nt af any taxes due ta City. i) Shaff not go to any accident scene unless the Company has been called to the , scer�e by the owner or operator of a vehici� or an a�tharizeci represeniative of sam�, ar by the City. 0 � j) 5ha11 not solicit any wrecker busirtess within the corporat� limits of City at the scene of a wrecked or disabEed vehicle, regardless of whether the solicitation is for the putpose of soliciting the �usiness ofi towing, repairing, wrecking, storing, trading, or purchasing the vet�ic�e. k) Shall only employ drivers of tow trucics authorized to operate same. I) Provide the Police Pound personnel with an invaic� at th� tim� the vehicl� is c�elivered to the Auto Pound together with the signed wrecker selection form fo be provided. 7. TERMINATI�N AND SUSPENS�ON A. This cantract may be terminated ar suspended by City for any of the following causes: �. Violation of any term andlor cond�tian specified in this contract. 2. Faifure ta notify the Communicatiar�s Division of the Palice �epartment within �ifteen (15} minutes fram the time of notificatioh if the Company will be unable to respond within the thirty {30) minutes �allotted for a response to a call for wrecker serviee. 3. Permitting a tow truck to be o�erate� by anyone w�ile under the infl�enc� o� alcohol andlor drugs. 4. Permitting a taw truck #o be operated by anyone whose o}aerator's Eicense is st�spended: 5. Tra�sferring or assigning any call for service to any other company 6. Any sustained complaint of theft by personnel o� Campany while actin� in th�ir capacity as employees of Company, wnetner occurring durin� a police p�ll or otherwise. 7. Any sustained compEain# of threats made by personnel of fhe Company while acting in their capacity as empfoyees of Company made against third parties during a police pull or oiherwise. S. Failing to comply with all directEons of police �ersonnel at the scene of a police p�ll or ci�ilian employee at the Palice Pound. Company may request a poliee supervisor to vafidate any suc� direction given. 7 9. Fi�e (5� passes within a thirty (30) day period. Pass ir� this paragraph shail mean Company faiEing to notify the City o# its ir�ability to respond ta a request #or s�tvice as required by paragraph 2 abo�e. 10.Ten {10} pass�s withi� a thirky (30j day period. Pass in this paragraph shaEl mean a Company natifying the City of its inability to respond to a request for se,r�ice as required by paragraph 2 above. 11. Viofation of any rule or regulation cor�taine� in Exhibit "A" attached �eretn. 12. Failure to comply with any state or federal law or city ordinance related to the o}�eration of a wrecker company. y= B. City shall notify Company in writ�ng of its intent to t�rminate or suspend for cause #wenty (20) days prior to such suspension or terminaiion. Compar�y shall have ihe right to rec�uest a hearing be�ore the Chief �f Police or his designee regarding #he intent to terminate or suspe�d for cause by requesting a hearing in writir�g wiifiin five (5j bus�n�ss days after receipt of notice of intent to terminate or suspend. A E�earin� shall !�e conducted within fifteen (�5) days of the request for hearing. The City, in its sa[e � discretion, may temporarily suspend this contract d�aring any appeals proc�ss. C. In the event this contract is suspended for cause, the suspension shall be for a period of time of not fess than six {S) mo�ths nor more than twefve (� 2) months. D. In the event City s�spends or terminates this contract for cause, and the cause for such suspensio� or terminatian is determined to be invalid, Company's sole remedy sha11 be reinstateme�t of this cantract. Company expressly wai�es any and all rights to monetary damages, including b�t not limited to actuai ar�d }�un�ti�e damages, courk costs and attomey's fees. 8. INDEMNIFIGATION With regard to any lia�ility wh�ch might arise hereunder, G�ty and Customer agree that they sha11 be solely and exclus�vely liable for the negligence of its own agents, servants, subcontractors and employ�es and that neither party shafl look � ��� � � doctrine of respondent superior �1ia11 not apply as between the City and Conzpany, its o�ficers, agents, servants, employees, contrac�ors and subcontractors, and nothing h�rein sha11 be construed as cxeating a partnership ar joint venture between the parties hereto. In wit ess wlaereof, the parties h�reta have executed this Contraci on the ..��,� day of � , 20�3,�:- i� �: � ' EST: �'� ; _ A a � � loria Pear�1, City Secretaxy CITY �F F4RT WORTH B . A ��,ibUy V��atson Assistant City Manager APPROVED AS TO FORM A LEGALiTY � Assistant City Attorney ATTEST: Corporate Secretary � 4���� Cont���� ���h�ri���i�n /c- - .� � - � 1' Da�e I�evin M. Cain and Hennan Garcia. individually owned and dba Ea�le Towin� and Recovery {Conlpany Name) B : i�i� � � K�in M. ain, O Zer � B�� He Zan Gaicia, Owiler ���u��w� ��u��� �. �' ��� ����� ' � _ �,_� �'��� � .,. � - '�� , � ' EXHZBIT A Ai3�0 POUN17 The following ru].es and regulation� wi11 b� fol�owed by aIl wrecker companies upon arrival ar rhe auto pound. � I.. The gate wi.l7. not be bl�ciced by wzeekers waiti.ng to enter or exir the pound. � � 2. No more than rwo�(2} wreckers shall be authorized in the tront area, for inventoxy purposes, at any one time. 3. No wrecker sha11. enter the pound with more than ane (1} person/opera- tor, un7.ess auChorized by the on duty sh�.ft supervisor. This wi�l be dane an a case by case bases. 4. For safety reasons, a car carrier shall be required ra aff load their cargo when possiBle. This sha11 be determined�by the Qn duty sup�x- visor. 5. Inventories should be kzandled in an expeditiaus manner when possihle. However, pound gersonnel are xequired to do a camplete and pxecise . inven�ory of a7.1, propertp and vehicles. A specific time fzame would be �.mpossible to institute. 6. Wrecker dri.v�xs slzall noC be al:lowed to drive up �and down the rows, looking for vehicl.es to reposses for companies said wreckers represent. 7. The use af car carriers, dolJ�ies, extra time, extra equ�pment, etc., shall 6e subject to appravaX by the Wrecicer administrator or Pound sup-- ervi�s or . 8. Wrecker operatazs/owners shall be required tc� follow any directions or ' instructions gi.ven by auto pound personnel. 9. Viola�ions of any of Che abave ru�es shall be subject to review i�y th� Wrecker adminisrrator. Disc�plinary action may be deter�nzned•by the pound supervisar or a higher command level. 0 i C'ity of �o�t �'o�th9 T'e.�cas � �1 �� A1�� ��i�11�1d �,���L1�1'��I�����f � . DATE REFERENC� NUMBER L�G NAME PAG� � o�� �ro� ��9477 , aaa� -os� s ` � ot 2 SUBJECT �UTHORIZATION OF CONTRACTS FOR NON-CONSENT TOWING �OF WRECKED �R ABANDON�D VEHIC�ES FROM MULTIP�E VENDORS REQLIIRED BY C�TY ORDINANCE NO. 12924 FOR THE POLICE DEF'ARTMENT �ECOMMENDATION: � It is recommended that the City Council: - 1. Aufhotize contracts for non-canser�t tawing of wrecked or aba�doned vehic�es from multiple vendors as required by City Ordinance No. 12924 {see attaehment "A" for a list of current vendors); and 2. Authorize the contracts to begin Qcto�er 16, 2001, and expire October 15, 2002, with options to renew for four successive one-year periods. DiSClJSSiON: City �rdinance No. 12924 reg�lates non-consent towing wiihi� the City requiring compa�ies desiring to perform non-consent towing for the Police Department to execute a contract wifh the City. There are three types of contracts: those for standard tow trucks, tilt bedlrollback tow irucks, and tandem tow trucks, Participating wrecl�er companies are licensed under Ar�icle V, Wrecicers, ot Chapier 34, Vehicles for Hire, of the Code of th� City of Fort Worth. The fees for services to be provided and assignment to one af four zones are the same a� contained in the ordinance. The estimated expenditure for these services is $1,'! 00,000 per year. Confracts will be executed with any vendor desiring to perfarm non-consent towing that meets the contract rsquirements such as towing operations being a vendors primary business, equipment specifica#ions, insurance, and a lacal licensed storage facility. BID TA�ULATlON - See attached "Service Fee Schedule". MIWB� - A waiver of the goal for MIWBE subcontracting requirements was r'equested by the Purchasing DEvisiort and approv�d by the MIWBE OfFice because the purchase of services is from sources where subcontracting or supplier opportunities are neg{igible. R�N�WAL aPTIONS - These contracts may be renewed for up to �our successive one-year terms at the Ciiy's op#ion. Yhis action 'does not require specific City Council approva�, provided that �he City Council has apprapriated sufficien# funds to satisfy the City's obligations d�rir�g the renewal #erm. h �����Qa� `�'�����Q @%�If 4� LS'lJ�,i'L`�ll� � S�IF �40 �V'.'��g ��UY4 �`iiy O, f ��� �ori�i, �'e.�aS ���� . ��� �,��n�il ����r����t�crr� � DATE REFER�NCE NUMB�R LOG NAME PAGE � 0/16l01 ' �-�47� � 00�1-�316 � 2 0� 2 su�.��cT AUTHORIZATION OF CONTRACTS FOR N�N-C�NSENT TOWING OF WRECK�D OR ABAND�NED VEHIC�ES FR�M MULTIP�.E VEND4RS REQUIR�D BY ClTY � ORD{NaNCE NO. 'l2924 FOR THE POLICE DEPARTM�NT FISCAL IN�'ORMATI�I�iGERT(FICA�"ION: The Fin�nce Direetor certifi�s that funds are avaiiable in t�e current operating �udget, as appropriaied, of the General Fund. CB:n BQN/01-03'i 6/KDK � Snbmitted for City Manager's Office by: Charles Boswcli �riginating Aepartment Head: Jim Keyes Additioital Infarmatian Contact: I FI3ND I ACCOUNT I i �to) 851i I ! � 8517 � (from) i- Robert �ombs 8357 CENTER I AMOUfZ'�' C1TY SECRETAItY � t A�PF�OV�d - ��Y� cou�c�� OCT 23 ZD�1 ��L ��'� Ciey 5acretarq of the � C:ify �f Fart Woxth iexas