Loading...
HomeMy WebLinkAboutContract 27421�) ° ;I� i �� , LITY ������q��► �QNiRAC� R,�, _ - CONTRAGT FOR TO�V TRUCK SERVICE � {STANDARD SERVICE) WHEREAS, the City of Fort Worth occasionally requires the ser�ice oi tow trucks; and WHEREAS, such tow truck services are necessary to protect t11e saf�ty of the citizens of the Ciiy of Fort Worth, NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: The City of Fort Warth, hereinaf�er re�erred to as "City", acting herein by and ihrough LibUy Watson, its duly authoriz�d Assistant City Manager, and TP Motor Ltd, dba Fo�t Worth Wrecker Service bv Mav'� Rose Coi-�, it's General P�rtner, thereinafte� refer-�ed to as "Company", acting herein by and th7rough Tuven C N�uven ,. its duly authorized President, agree as follows: l. SERVICES City hereby contracts wi�h Company to provide police pu11 towing service. As used herein, "police pull" shall n�ean that �11e Fort Worth Police ; Department has called Con�pany from the �otation list to either remove a wreciced ar disabled vel�icle or to renlove a vehicle in a safe driving conditioza, but the owner is not present, able or permitted ta dri�e or to malce authorizations. 2. TERM The ternl of ihis coniract shall be for a period of tw�lve (12) mol�ths from the date of its execution, with four options to renew for tenl7s of one year each, unless earlier terminated as 1lereinafter provided. Renewal shall occur L�pon City incltiiding in its l�udget for the options years sufficient funds to pay for its obligations hereunder and Company providing proof af insurallce to City. 3. COMPENSATION 1. Compensation. As compensation for providing the 5�T�1C�5 ; contemplated by tl�is Contract, City agrees to pay Coi�paily as follows: - ���f�Q�O�� °��.���� � � ��� ���� ; � ���r��. .�- �� i a '� , '� ay Towat�e. A charg� of sixty-five dollars ($65.OD) for towing suci� ve�icle from one point on a street to anather loc$tion within the carporate limits of the ciiy as directed by the police department at the place where the tow originated; such charge in�ludes one hour of extra work. � b) Second tow truck. ' In the e�ent the poEice officer at the scene determ�nes that a second �aw truck is required, a charge af fifty doilars �$50.00) per haur� with a minim�m charge of one hour, billed in increments of fifteen (15) min�tes wl�ile at the scene of the police pull. The use� of a second tow truck shall be a�}�roved by a pofice supervisor. Tra�el time is excluded. e) Extra work. An additional charge of fifty dollars ($50A0) per hour, with a minimum charge of one ho�r, char�ed in incrernents of fifteen (15) minutes, for removing ve�icles w�ich are aff the sireet right-of-way, such charge to iae made from the.time the operator begins to remove the vehicle unt�1 it is on the traveled por#ion of tY�e street. Even though the vehicle is within the streei right-of-way, an ad�litional charge may be made if the vehicle is locat�d in some unusual conditian witf�in #he right-of-way, such as, but noi fimit�d to, a river or a creek bed ar a ditch af greater d�pfh than th� or�inary bar d�tch. Extra work shall anly be allowed when autharized by a poEice officer at the scene of the pull. The charges for sucl� ex#ra work shall be reviewed and a�provec{ by #�e Auto Pound Wrecker Administrator. E�ra woEk �xGfudes travel time, waiting time and clean-up time. c{) Use nf a doifv. No additiona� fee shalf be charged for ti�e use of a dolly. e) Handlina hazardous materials. When the �arga of any motar vehicle or � trail�r includes explasive, nuclear, radic�active, hazardous or carrasive mat�rials, as defined by the Envirar�mental Protectian Agency, Texas Department of Transportation, or the Texas Natural Reso�rce Gons�rvation Commission, a fee equa! to one hundred-fifty (150) perce�t of th� cf�arges which may fae assessed pursuant to subparagraph "a" above. lr� addiiion, a charge may b� macie fior expenses incurred related ta protective clothing and h any other supplies or �quipment used in handling s�ch mat�rials, sUch charge being equaf to tha aet�al amounts incurred plus fifteen (� 5} percent. 2 � . . . II ' ' f) Nothing contairted herein shail be construed sa as to obligafe City to expend any sums of money. Further, nothing contained herein shaEf be construed so as to guarar�tee to Campany that City wilf contact Ct�mpany fior any towing services contem.plated by this Contract. 2. lnvoicinq and Pa�rmen#. Company shall Invoice� City once per month. Company snall include,with the in�oice such documents as may,be reasonably requested to pro�ide evidence of the ser�ices provided to the City, which at a min�mum shall inclu�e� copies of the wreck�r selectian form signed 6y t�e officer at the s�ene of t�e police pull andlor persannel at #he Fari Worth Auto Po�r�d. Such in�oice shal� b� subject to the review and ap.proval of appropriate City personnel. Ci�y shall remit paytnent to Company not mare than thirty (30) days following approval of invoice. C! VEHICLE ANQ EQ�lIPMENT REQUIREME�VTS Company shall maintain at all times the following vehicles and equipment in working conditian: : a) A minimum of two (2) wreckers, one of which shall tae nat less thar� 14,000 pounds gross ve�icle weight anci one of which shall be not less than 10,0�0 pouncis gross vehicle weight, dual rear wheels, eqUipped with a hydraulic apera#ed winch, wirtch fines, and a boom rated at noi less than 8,000 pounci lift capacity and a wY�ee1 lift dewice rated at not l�ss than 2,500 pounds. b) At a minimum, all wreckers shall �e equipped with the falfowing equipment, which at al! times shali be maintained in warking orc{er: 4 �) 2) 3) 4) 5} 6} 7j Taw bar Towing lights Emergency overhead warning fights (rec� ar amber color oniy) Safety chain Fir� extinguisher, A.B.C, Type Wrecking bar Broom 3 ,�. t t � � 0 � 5 8) 9) � 0) 11} 12) Ax Sho�el Refl�ctors or #raffic cones Tra�h container Two way �oice or computer communication [�etween tow truck and Corppany dispatcher , 13) Backing warning signal 1 �4) Wheel �chacks c} Each tow truck sf�al[ hav� permanently inscribeti on each side of the v�hicle, in letiers of noi less than three {3) inches in heigl�t, the �ame, addr�ss and tef�phane number of the company. Magnetic or other forms of rema�able signs are prot�ibited. d) Each tow truck and the required equipment shall be inspec#ed by the Chief of Pofice or his authorized designee prior ta being us�d for servic�s contemplated �y #his contract. I� addition, Each tow truck ar�d the required equipment shall �e subject io intermittent insp�ction to assure campliance with ihis contrac�. 5. {NSURANCE REQUIREMENTS Campa�y shall maintain insurance from insurers acceptable to City of the following types and amoun�s: 5.� Commerc`ral General Liabifity $50�,OQQ eaeh occurrence $500,000 aggregate 5.2 are operaiing under Company's operating authority. 4' or Garage Liahifity $5Q�,000 each accident, other tha� auto $5�a,0a0 aggregate Automobile i�iability $500,000 aach accident, combined single limit TFris coverage shall include afl �ehicles awned or non-owned #hat � .� i , , - � . „ , . . - . . - i ' , � � � � i '. � 5.3 �argolQn�Hook $3�,000 per unit Coverag�e shalE include bath the unit being towed and its contents. Units : covered shall inclu�e �ut not be Iimited to motar �ehicles, trailers an�l baats.. Co�erage shall be writt�n on a direct primary �as�s. 5.4 CARAC�fr�E�PER`S �l/��IL1TY $3a,000 per unit 5.5 Work�r`s Compensation/Accident [nsurance Co�erage shall meet th� minimum requirements of stat� �aw as can- tained in the Motar Carrier Rules and Regulatians. 5.6 Current insurance cer�ificates shall remain on file with the City during tt�e t�rm of th�s Contract. 4nsurance cpverages may,� at the sofe diseretion of fhe City, be revised upward upan thirty {30) days prior written notice to Company. Policies shafl be endorsed as follows: � to proviefe the City w�th a minimum of thirty (3a) days notice of canceliation, nan-payment of premium, or nan-renewaf; • � ta eor�er the Gity as an additianaf insured on liability insurance policies, ex�ept for employer's I�ability; and • to include a waiver of subrogation in fa�or of the Gity. �.7 in the event a state or federal law, rule or regulation pertaining to wrecker setvice campanies operatir�g within tne State of T�xas exceed insurance requiremer�ts specified hereir�, such state or federal law, ruie or regufation shafl pre�aEl for the resp�cti�e type of insurance ca�erage andlor limit thereof. [:� DUTIES AND RESPONSiBII.ITIES OF COMPANY Campany, durin� the teim of this cor�tract, shall perform the fvilowing duti�s , and have the followir�g responsibifities: 5 '; . . � a} �llaintain as its prirt�ary business #he #owEng af vehicles or trailers by wreckers meeting the requirements of paragraphs 4(a� and 4(b} abo�e. "Primary business" st�ak! mean that Campany receives mor� than fifty per-cent (50°foj of it gross revenues from the iawing af vehicles artd trailers. A1f of company's records shall be open ta reasanable inspection, both at the #ime of executior� of this agreement and ,at any time during �he term hereof, #o verify. compliance with t��s conditian. , b) Maintain a curren#ly licensed vehicle storage fiacifity located within the corporate limits of the City. "Vehicle storage faci[ity° shall mean a faci{ity operated by a person licensed under Article fi687-9a, Re�ised Stat�Utes. c) Maintain business operatian twenty-four �24} hours a day, seven days per week. d) Respand to al{.calls contemplated by t�is eontrac# witFtin ti�irty (30} minutes of nofificat�on, exceQt in extraordinary situations where delay is caused f�y ice, snaw or other w�ather relatec! canditions. In the event Company fails to responci as required, City may notify another wrecker company ar�d Company shal[ not be entrtieci ta the comp�nsat�an io which it would have be�n entitlec� had it arrived timely. e) Nofify the City af any char�ge of ownership, president or chief executive officer, or change of address within five (5} business days of any such change, fj Defiver fhe motar veh�cle` �e�ng towed to the location within the corporate limits of City designated by th� police officer at the scene af t�e pull. Delivery shall be made without delay or de#our. g) Fully cooperate with any invesiigation conducted by the City regarding complaints against Company, whether or not such complaints arise out of services contemplated by this Contract. h} Sha11 not �ecome delinquent in ihe paymer�t of any taxes due ta C�ty. i} Shall not go to any accident scene unless the Company has been callecf to the sc�ne by the owner ar operator of a veF�icle or an authoriz�d representative ofi 4 same, or by the City. � � 0 jj S�all not solicit any wrecker f�usiness w[tY�in ihe corpora#e limits of City at the scene ofi a wrecked or disabled vehicl�, regardless of whether the soticitaiian is for #he purpose af soliciting the business of #awing, repairing, wrecking, stor�ng, trading, or purchasing the vehicle. k) ShaEl on[y employ dri�ers of tow trucks authorized to operate same. I} Provide the Po[ice Pound personnel with an invoice at the time t�e vehicle is de�Evered to the Auto Pound tagether with the signeci� wrecker seiection fo�rn to f�e pro�ided. � 7. TERMINATION AND SUSPENS�4N A. This contract may b� terminated or suspended by Ci#y for any of fhe foilowing cat�ses: �. Violation of any term anc�lor candition specified in this contract. 2. �ailure to notify the Communications Di�ision of the Police Department within fifteen (� 5) minu#�s from the time of notification if �tY�e Company will E�� �r�able to respond within the tni�y {30) min�tes al�oi�ed for a response to a ca11 for wrec�Cer s�rvice. 3. Permitting a tow fruck to be operated by anyon� whife under t�e influence of alcohoE andlor drugs. 4. Permitting a tow truck to be operated by anyone whose operator's license is suspended.` . 5. Transferring or assigning any call for ser�ice to any other company �. Any st�stained com�laint ofi �heft by �ersonnel of Company while acting • in their capacity as employ�es of Company, whether occurring during a police �ull or otherwise. 7. Any sustained compfaint of threats made by personne{ of the Company whi�e acting in their capacity as emp[oyees of Company made againsi third parti�s d�ring a ptilice pull or otherwise. $. Failing to comply wEth all directians of police personnel at the scene of a � pofice pull or civilian employse ai the Police Pound. Company may request a police st�pervisor to validate any such direction given. 7 9. Five (5) passes within a thirty (3a) day period. Pass i� this paragraph sha(( mean Company failing to no�ify the City of its inability to respond to a request far service as required by paragraph 2 a6ove. 1Q.Ten (�Oj.passes within a thirty (30) day �eriod. Pass in this paragraph shall mean a Cam�any hotifying the Cfty of its inabiliiy to respond to a request for s�.rvice as required by paragraph 2 alaove. � 1. Violation af �ny rule or regulation cantained in Exhibit "A" atiac�ed hereto. � � 2. Fail�re to comply with any state or federal law or city orciinance related to the aperatian of a w�ecker com}�any. .� B. City st�a[I notify Company in- writing of its intent to terminate ar sus�end for cause tw�nty (20) days prior to such suspension or terminatiori. Company sl�all have the right to request a hearing before the Chief of Police or his designee regarding the int�nt to term�nate or suspend for cause by requesting a hearing in writ�ng wittiin five {5) busir�ess days after receipt of noiice of intent to terminate or suspend. A h�aring shali be condtacted within fifteen (15) days of the request for hearing. The City, in its saie �� discretion, may tempararily suspend this contract during any a�peals process. C. In the event this eor�tract is suspended for cause, the suspens�on sha[I f�e for a}�eria� of time of not less than six {6) months nor more than twelve (12) mont�ts. D. In the event City s�spends ar terminates this contract for cause, and the cause for such suspens�on ar termi�ativn is dete�m�ned tc� be invalid, Company's sole remedy sha11 be reinsiatemer�t of this con#ract, Company expressly wai�es any and all r�ghts to monetary damages, including but na# limited to actuaf and puni#ive damages, court costs and attorney's fees. . 8. � INDEMNIFICATf�N With regard to any �iability which mignt arise hereunder, City and Custamer agree that they shall be sale�y and exclusively liable for the negligence af iis own agents, SeiVantS, subcontractars and employees anct that neither party shall loak : to the othar party to save ar hold it harmless fort he consequences of any negligence on the part of one of its ow� agent, servant, subcontt'actor or employee. Nothing contair�ed h�r�in shaN be construed to be a waiver by City of any right of protec#ion which it enjoys under applicable State or Federai faw. ' 9. ASS(GNMENT Company shafl not assign, transfer or �sublet this Coniract or any portion hereof to any party witt�out the �rior written conse�t of City which sf�all nat be unreasonab[y wi#hheld. Any such assignment, transfer or subie#ting of this Contract without the consent of the City shall be vo,i�d and sha�! aperate as a termina#ion hereof. 10. ZONES AND ROTATION LlST A. City shall divide �he city into four (4) zon�s which shall corresponc� ta the four (4) patral divisions. Compa�y shal[ be assigner� to the zone or an adjacent zone in which it maintains its principa! place of business. B. City sF�all cr�ate a rotation list within eacf� of the four (�) zones that wil� dictate the order m which wrecker compar�ies are contacted. C. City may request Company to conduct a police pulf with�n any zone, and Company agrees to use i#s best effarts to arrive at the scene of the police tow within th[rty (30) minuies. 11. INDEP�NDENT CONTRACTOR 1t is unci�rstaod and agreed by the parties hereta that Company shall petform all work and services hereunder as an independent contrac#or, and not as an offic�r, agent, servant or emp{oye� o� the City. Gompany shall have exc[usive cantrol of and the exclus�ve r�ght to cantrol the deiails of the work or service to be perform�d hereunder, and all persons performing same on behaEf of Company, h and shall 6e solely responsible for the acts and omissions of its officers, agents, servar�ts, empfoyees, can#rac#ars, subcontractors, licensees and invitees. T�e G� \ , �, , doctrine of respoi�d�nt superior sha11 not apply as betweei� the City and Company, its officers, agents, servants, employees, contraetors and subcontrac�ors, and no�hing herein shall be construed as creating a pat�t1lership or joint venture between the parties hereto. In w ess whereo�, the p rties hereto have executed ihis Contract on the ��.� day of �ti� , 20U�:- � �� AT�EST: � r ! � � ' S ���'� � � Gloria Pear n, City Secretary APPROVED AS TO FORM AND LEGALITY 1� Assistant City Attorney /: I�i 11�►'� � Corporate Secretary CIT�S:'� C�'�RT �RTH �� �� By:�„i , � Libby Wa�son Assistant City Manager � - � "— ' — � .. Contr�c� autho�;ix��ion da'ce • ,. . _� � _ �. � a . . .. TP Motor Ltd, dba Fort Worth Wrecicer Seivice bv Mav's Rose Corp, it's General Partner (Company Naizie} By: U���4 Tuyen C. N�uyen, Pr�id nt , � a� I Y ' _ ' ''! - _ _ . . ` ` � �xxz�z�r A AilTO POUI�D The �oliowing rules and regulations wi11 be �vllowed by a�l wrecker companies upon arzi.val at the auto pound. 1. The gate wa.lJ. not be b�.ock.ed by wreckers waiting eo en�er or exit . the pound. F 2. E�o more Chan two�{2) wreckers shall 6e authori.zed in the front area, foz inven�ory purposes, at any one time. 3. No wreekar shall enter the pound with more than one (1) persan/opera— tor, unless authorized by rhe on dury shi�C supervisnr. This wi�l be done on a case by case bases. 4. For safety reasons, a car carrier shall be rec�ui•red to off �oad their cargo wlnen. possible. This shall be determined �by 'the on dury supez— visor. 5. Inventories shou�d be handled in an expeditious manner when passib�.e: Howevar, pound personnel are requa.red to do a camplete and pxecise inventory of all groperry and vehzcles. A specifi.c t3.me frame wouid be impossible ta institute. 6. 'Wrecker drivers shall not be allowed to drive up and down the zows, looking for vehicles �o reppsses for companies said wreckex's represent. 7. The use af car carriers, dollies, extra t�.me, extra equipment, etc., sha�.1 be sub3ec� C.o appraval by the Wreckez ad�ini.strator or �ound sup— ervisor. 8. Wrecker operators/owners sha11 be required to follow any dizections or instruc[ions given by auCo pound personnel, 9. Violations af any nf the above rules sha1�. be subject ro review by ehe Wzecker administrator. � Disciplinary action may be deCermined by the pound supervisor oz a higher command level. , C'ity of �ori� Wo�hg Te�as ���� �n�l ��u���� �����������an DATE REF�REf�lGE NUMBER LOG NAME PAGE 1a116101 ���4�� � �001-0316 , 1 of 2 SUBJECT AUTHORfZATION OF CONTRACTS FOR NON-CONS�NT T�WING OF WRECKED OR ABANDONED VEHICLES FR�M MU�.TIPLE VENDORS REQUIRED BY CITY ORDINANCE NO. 12924 F4R THE POLICE DE�ARTM�NT R�COMM�NDATI4N: It is recammended that the City Council: 1. Authorize cantracts for non-conse�t towing of wrecked or abandoned veh9cles from mulfiple vendors as required by Gity Ordina�tce Na 92924 {see attachment "A" for a list of current vendorsj; and 2. Autharize t�e contracts to begin 4ctober 16, 2aa�, and ex�ire Oetober 15, 2Q02, with aptions to renew for four successive one-year periods. DISCUSSI�N: City Ordinanee No. 12924 regulates nan-consent towir�g within the City r�quiring companies desiring to perform non-consent towing #or the Palice Deparkment to execute a contrac# with the C�ty. There are three types of� cantracts: those for s�andard tow trucks, tilt bedl�ollback tow trucks, and tandem tow trucks. Participating wrec�er campanies are licensed und�r Article V, Wrec�ers, of Chapter 34, Ve�icles for Hire, of the Cod� of the Ciiy of Fort Workh. The fe�s for services to be provided and assignment to one of �our zanes are the same as contained in the ordinance. The estimated expenditure for these services is $1,�Dfl,aDa per year. Contracts will be executed with any vendor desiring to perfarm non-consent towing thaf m�ets �he contract requirements such as towing operatrons being a �endors primary business, equipment specifications, insurance, and a lacal lic�nsed starage �acility. B1D TABULATION - 5ee attached "Service Fee Schedule". M11NBE � A waiver of the goal for MIWBE subcontracting requirem�nts was reqt�ested by the Purchasi�g Division and approved by th� MIWBE Office �ecause the p�rchase of services is from sources where subcontracti�g or supplier opportunities are negligible. RENEWAL OPTIONS -`These contracts may be renewed for up to four successive one-year terms at the City's optian. This action does not require specific City Council approval, provided that the City Councif has appro�riated s+�fficie�t funds to satisfy the City's obligaiior�s during the renewal term. ��������a ���� ��D � ��`' ����� �� �?�� ��o �� ��.-�IliiB ���a . ) �l� ���OY$ �OY$�� �e.X'l�S ���r�r a��r� ���rr��! ���������r��n DATE REFERENGE NiJME3EF2 LOG NAME PAGE 1 a1�I Bla� P�94�7 I Ooo'! -031 s I z of 2 SUBJ�CT AUTHDRiZATION O� CONTRACTS �OR NON-CONSENT T�WING O� WRECKED OR ABANDONED WEHlC�ES FRUM MULTfPLE VENDORS REQUIRED �Y CITY �RDINANC� ND. 12924 FOR THE POLiCE DEPARTMEN7 �1SCA�. I�]FORMATIONICERTIFICATION: The �inance Director certifies #hat funds are a�aila�le �� the current operating budge#, as appropriated, of the Genera� F�and. CB:n BQN101 �0316/KDK Submitted far City Manager's Of6ce by: Charlas Boswell 8511 Originating Department Head: dim Keyes AHditianal Informa#iou Contact: I FUIYD I ACCOUNT � � ��0� I � 8S 17 � (from) Robert Combs 8357 � CENTER � r#MOEJNT CITY SECRETARY I �PPROV�fl � CiTY C�UNC��. � ac� �s �oot � � ����� I Ci�yr Secratary nf the _ f Citq o�gYt VVarth. Texas