Loading...
HomeMy WebLinkAbout277398 CHOICE TOWING - CONTRACT - BID - 7514 TOWING SERVICESSERVICES AGREEMENT Towing THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and CHOICE TOWING, LLC, hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services The Service Provider agrees to provide towing services in accordance with the Specifications listed in Exhibit A, consisting of four (4) pages, attached hereto and incorporated herein. 2. Contract Period This Agreement shall commence July 15, 2013, and shall continue in full force and effect until July 16, 2014, unless sooner terminated as herein provided. This agreement may be renewed for additional one-year terms, not to exceed four such one-year terms unless the agreement has been canceled as provided herein. Pricing changes shall be negotiated by and agreed to by both parties. Written notice of renewal shall be provided to the Service Provider and mailed no later than thirty (30) days prior to contract end. 3. Compensation The City shall pay the Service Provider for the performance of this Contract, subject to additions and deletions provided herein, according to Exhibit B, consisting of one (1) pages, attached hereto and incorporated herein. 4. Delay If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 5. Early Termination by City/Notice Towing Services Agreement 7514 Towing Services Page 1 of 18 Change Notifications: Notify the City Representative when adding or removing vehicles and equipment from your fleet equipment listing for these services. Provide the City Representative with the driver information specified above and do not assign any new drivers to City towing until a clearance has been received from Police Services. The City Representative will notify you when such clearance is received. The City Representative for this agreement is: Doug Clapp, Senior Buyer, 221-6776. Towing Services Agreement 7514 Towing Services Page 10 of 18 EXHIBIT B COMPENSATION Bid Proposal for Bid # 7514 Towing Services Type of Towing Towed Vehicle Type Towing Equipment Price per Hookup Price per Loaded Mile Normal Tow Car, Van, SUV, Truck to Std Wrecker or Till -Bed O° $ 5 `J each N/A 11,000 GVWR 10,000 - 19,500 GVWR Normal Tow Truck, Single Axle, over Wrecker or Tilt -Bed `- $ each � N/A 11,000 GVWR, or Mini Bus 19,501 - 29,999 GVWR Normal Tow Truck, Tandem Axle, or Full- Wrecker or Tilt -Bed $ -� each i�J N/A size Bus Over 30,000 GVWR O Long Distance Car, Van, SUV, Truck to Std Wrecker, Tilt -Bed $ �J'—/ mile rJ J $� 11,000 GVWR 10,000 - 19,500 GVWR Long Distance ' Truck, Single Axle, over Tilt -Bed or Trailer $ Otl— /mile S $ l \ 5- 11,000 GVWR, or Mini Bus 19,501 - 29,999 GVWR Long Distance Truck, Tandem Axle, or Full- Tilt -Bed or Trailer GVWR $ \ 50 / mile $ size Bus Over 30,000 Relocation Car, Van, SUV, Light Truck Sid Wrecker or Tilt -Bed 10,000 - 19,500 GVWR !3 $ S6 each N/A - low less than one mile Tow to Service CarVanSUV , , , Light Truck Sid Wrecker or Till -Bed 10,000 19,500 GVWR $ pO each �S $ ()o Provider's Lot - Misc. Charges Vehicle Type Cost Dolly Fee As required, enter cost in addition to $ hookup fee Hourly Labor Rate To be used in calculating all $16 o -%hour additional labor costs 0 - Storage Fee Enter. fee charged per day, week, 00 day $ week $ month and month Jump Start Car, Van, SUV, & Light Truck, Enter $ 5 trip $ rS_Iabor Trip Fee plus 15 minutes labor Jump Start HD Trucks and Equipment, Trip Fee o $ �� — trip po $ a5 labor plus 30 minutes labor Car, Van, SUV, & Light Truck, Trip oc - trip $ ICJ labor Tire Changes Fee plus 15 minutes labor per tire $t'Q ** Reference Method of Award section ** Date: G- 7- ao/3 Print Name: CD`rnj; 0ITO� &)SWJ Title: OW N CfL Company: Address Phone: "C.:) Lv%°Z- ov \ _Email: U(V\ Towing Services Agreement 7514 Towing Services Page 11 of 18 EXHIBIT C INSURANCE REQUIREMENTS The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement" "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insured on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverage shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. 3. Cargo coverage with limits of $25,000 per occurrence. 4. Maintain a minimum of $150,000 garage keeper's liability and "on hook" insurance coverage. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $750,000 combined single limits for bodily injury and property damage. Towing Services Agreement 7514 Towing Services Page 12 of 18 ACI Ill :' CERTIFICATE OF LIABILITY INSURANCE `�! DAT1/29/2013 Ot/29/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements . PRODUCYouZoER YouZoom Insurance Services Inc. CONTNAMEq r Arrowhead Automotive Aftermarket Service Center NAME: ZONE. EXT: 888-240-8803 lac Ne): 877-835.1833 ' 7045 College Blvd., 4th Floor Overland Park, KS 66211 Fax:877-835-1833; PH: 888-240-8803, Option 1 E-MAIL AMServiceCenterarrowhead r ADDRESS: @ 9 pcom INSURERS AFFORDING COVERAGE NAIC # INSURED 0143467-00 INSURER A: Universal Underwriters Insurance Company 41181 CHOICE TOWING, LLC INSURERS: Universal Underwriters of Texas Ins. Co. 40843 INSURER C: 1605 E. LINCOLN INSURER D: FORT COLLINS, CO 80524 INSURERS: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LIP TYPE OF INSURANCE DDL US POLICYNUMBER POLICY EFF MMIDO/YYrr POLICY EXP MM/DD/YYYY LIMITS A GENERAL LIABILITY ® COMMERICAL GENERAL LIABILITY ❑❑ CLAIMS MADE ®OCCUR ❑ — ❑ ❑ El 314055 03/16/2013 03116/2014 EACH OCCURENCE s300,000 TO RENTED PREMISES Ea occurrence $ MED EXP (Any one person) $ PERSONAL 8 ADV INJURY $ GENERALAGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ ❑ POLICY ❑ PROJECT ❑ LOC A AUTOMOBILE LIABIDTY ❑ANY AUTO ❑ El COMBINED SINGLE LIMB Accident) s300,000 BODILY INJURY (Per person) S ❑ ALL OWNED AUTOS BODILY INJURY (Per nccid.nq - g ® SCHEDULED AUTOS ® HIRED AUTOS ® NON -OWNED AUTOS 314055 03l16@013 03l1612014 PROPERTY DAMAGE Per accident g $ rnplUOLL DED 3 1g A ® UMBRELLA LIAB ® OCCUR ❑EXCESS LIAB ❑ CLAIAIS.MADE ❑ ❑ 314055 03/1612013 03/1612014 EACH OCCURRENCE g 2,000,000 AGGREGATE $ ❑ DEDUCTIBLE PRODUCTS - COMPIOPAGG g6,000,000 ® RETENTION $ 0 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNERrEXECUTIVE YIN OFFICEILMEMSER EXCLUDED ❑ (Mandatory In NH) NIA ❑ ❑ WC STATITU- TORY LIMS ❑ OTH. ER E.L, EACH ACCIDENT _ g E.L. DISEASE -EA EMPLOYEE $ it yea, devalue uneer DESCRIPTION OF OPERATIONS belovi E.L. DISEASE - POLICY.LIMIT A — GARAGE LIABILITY M ANY AUTO ❑ ❑ 314055 03116/2013 031161 0014 OTHER THAN AU TO ONLY EACH ACC: $30D,DDD A CUSTOMER AUTO -DIRECT PRIMARY ❑ ❑ 314055 03f16/2013 03116/2014 $ 450,000 Limit DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORO 101, Additional Remarks Schedule, If more SPace Is required) Reason for Certificate: GENERAL LIABILITY. See Additional Remarks Schedule Attached r.PQT1Plr`ATC Unl nCo _...__.. ._._-. THE CITY OF FT. COLLINS PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. FORT COLLINS, CT 80522 Attn: AUTHORIZED REPRESENTATIVE Fax: YouZoom Insurance Services Inc. v I 'eOrAll rights reserved ACORD 25 (2010105) The ACORD name and logo are regis tered marks of ACORD 7514 Towing Services Page 13 of 18 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ©1988-2010 ACORD CORPORATION, All rights reserved ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD 7514 Towing Services Page 14 of 18 AGENCY CUSTOMER ID: 0143467-00 LOC #: ACORD ADDITIONAL REMARKS SCHEDULE Page_3_of--3_ AGENCY NAMEDINSURED YouZoom Insurance Services Inc. CHOICE TOWING, LLC. 1605 E. LINCOLN POLICY NUMBER 314055 FORT COLLINS, CO 80524 _ CARRIER NAIC CODE Universal Underwriters Insurance Company 41181 _ EFFECTIVE DATE: 03/16/2013 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate Of Liability Insurance `Products — Completed Operations Aggregate of $900,000 applies to the Garage Liability, Endorsement 089-Umbrella Limit Inclusive applies. ertificate Holder is named as an Additional Insured. ACORD 101 (2008/01) 0 2000 ACORD CORPORATION, All rights reserved. The ACORD name and logo are registered marks of ACORD 7514 Towing Services Page 15 of 18 7514 Towing Services Page 16 of 18 06/06/2013 03:34:30 PM PINNACOL ASSURANCE PAGE 3 OF 3 POLICY HOLDER COPY Choice Towing LLC 1605 E Lincoln Ave Fort Collins, CO 80524 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listedthereon. 7514 Towing Services Page 17 of 18 05/21/2013 08:18:51 AM PINNACOL ASSURANCE PACE 2 OF 4 Phmcol Online: Policy Information. Page (Dec Page) tl;i AA COL ASSURANCE Ref 4: 6649330 Ref Date: 11!28;''2012 Policy th 4146924 Polley Type: Advance Risk Tcye: SRP Superior Item 1. Policyholder Choice Towing LLC 160.5 E Lincoln Ave Fort Collins CO 80524 Item 21. Policy Period From 12,101i2012 to 12101./2013 12:01 a.m. Mountain Standard Time .41auLe &r i> es. 0illing and P,, vatent Options Item 3. A. Workers' Compensation Insurance: Part One of the policy applies to the workcrs' compensation last' of the states listed here: Colorado B. Employers Liability Insunuiec: Part Two of the policy applies to work in each state listed in Item 3A. The limits of our liability under part two are: Bodily Injury by Accident 100,000 Each Accident Bodily Injury by Disease 100,000 Each Employoc Bodily Injury by Disease 500,000 Policy Limit C. Oiiier States Insurance: Part "Three of the policy applies to the states, if any, listed here: None (Contact us for information outside the state of Colorado) D. This policy includes the attached endorsements and schedules: Yiew Flidouements Item 4. We will detemihie the premium for this policy by our manuals of nales, classifications, fates tmd rating plans. All information required below is subject to verification and change by audit. The. statements of estimated advance premium are hereby made a part of this policy, Y>,O. Y--l.1JJ d-1-1 is Coverage Informofion httpr.!nviLiatil.pimmcoteum/..: 1&p=4146924&dp—1IBn=-!&:��_1&r—t&s=1&cv=l&ac=-lRcpy=12'Ul �Ul.[5!21/2U13 3:I6:56AlvIJ 7514 Towing Services Page 18 of 18 Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the addresses listed at the end of this agreement. In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 6. City Representative The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 7. Independent Service Provider The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 8. Personal Services It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 9. Subcontractors Service Provider may not subcontract any of the Work set forth in the Exhibit A, Statement of Work without the prior written consent of the City, which shall not be unreasonably withheld. If any of the Work is subcontracted hereunder (with the consent of the City), then the following provisions shall apply: (a) the subcontractor must be a Towing Services Agreement 7514 Towing Services Page 2 of 18 reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work, (b) the subcontractor will be required to comply with all applicable terms of this Agreement, (c) the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work of the subcontractor will be subject to inspection by the City to the same extent as the work of the Service Provider. 10. Acceptance Not Waiver The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. 11. Warranty Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. 12. Default Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 13. Remedies In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to: a. Terminate the Agreement and seek damages; b. Treat the Agreement as continuing and require specific performance; or c. Avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 14. Binding Effect This writing, together with the exhibits hereto, constitutes the entire agreement between Towing Services Agreement 7514 Towing Services Page 3 of 18 the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 15. Indemnity/Insurance a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit "C", consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, 215 N Mason, 2nd Floor, Fort Collins, Colorado 80524, one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 16. Entire Agreement This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 17. Law/Severability The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. Towing Services Agreement 7514 Towing Services Page 4 of 18 18. Prohibition Against Employing Illegal Aliens This paragraph shall apply to all Contractors whose performance of work under this Agreement does not involve the delivery of a specific end product other than reports that are merely incidental to the performance of said work. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Contractor represents and agrees that: a. As of the date of this Agreement: 1. Contractor does not knowingly employ or contract with an illegal alien; and 2. Contractor has participated or attempted to participate in the basic pilot employment verification program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the "Basic Pilot Program") in order to confirm the employment eligibility of all newly hired employees. b. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. c. Contractor shall continue to apply to participate in the Basic Pilot Program and shall in writing verify same every three (3) calendar months thereafter, until Contractor is accepted or the public contract for services has been completed, whichever is earlier. The requirements of this section shall not be required or effective if the Basic Pilot Program is discontinued. d. Contractor is prohibited from using Basic Pilot Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed. e. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall: 1. Notify such subcontractor and the City within three days that Contractor has actual knowledge that the subcontractor is employing or contracting Towing Services Agreement 7514 Towing Services Page 5 of 18 with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. f. Contractor shall comply with any reasonable request by the Colorado Department of Labor and Employment (the "Department") made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. g. If Contractor violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Contractor shall be liable for actual and consequential damages to the City arising out of Contractor's violation of Subsection 8-17.5-102, C.R.S. h. The City will notify the Office of the Secretary of State if Contractor violates this provision of this Agreement and the City terminates the Agreement for such breach. City: City ofRFoliPu haPOBoFort C05 By: Gerry S. Paul Director of Purchasing & Risk Management Date: -I < t Towing Services Agreement 7514 Towing Services Service Provider: Choice Towing, LLC 1605 E Lincoln Ave Fort Collins, CO 80524 By: CQ Print Name: C- Ln N -Tb l N so.r Date: 7 - t - 19 Page 6 of 18 EXHIBIT A SCOPE OF WORK The type of towing services required will vary by type of vehicle and type of tow. Automobiles and light to medium duty trucks may be towed using a tilt -bed wrecker or a standard wrecker with underbody or wheel dolly equipment. A tilt -bed wrecker may be specified by the City whenever the requesting personnel judge that to be the most appropriate method. Wreckers dispatched to tow single -axle, heavy duty trucks and mini -buses must have a GVWR of between 19,501 and 29,999 pounds. Those dispatched to tow tandem -axle trucks and full-size buses must have a GVWR of at least 30,000 pounds. Full-size buses may be flat -towed using a tow bar attached to the eyelets at the front of the bus. If that is not appropriate, the wrecker must be able to lift the front end of the bus and tow it safely without damaging the wheelchair lift in the front of the bus. Vehicles will occasionally need to be towed ,long distances to a repair facility. At the sole discretion of the City, Service Provider may be required to transport the vehicle on a trailer or using a tilt -bed wrecker with sufficient load capacity. Service Provider personnel may enter vehicle to be towed only when necessary to prepare the unit for towing. When relocating a vehicle, the vehicle must be safely parked in the new location, windows closed, and locked securely. If a vehicle is locked and the emergency brake is set it must be towed using a dolly. At the request of City personnel, vehicles parked in areas marked for street rehab or sweeping operations may be towed to Service Provider's lot and stored until reclaimed by the owner. Such vehicles must be safely parked in the storage lot, windows closed. Service Provider shall maintain true and accurate records according to the daily record requirements of CRS Section 42-5-105. After moving vehicles to accommodate street sweeping, street rehab or during winter storms, Service Provider must forward relocated vehicle make, color, and license number to the Department Representative who requested the towing. Towing shall be done so as to prevent damage to towed vehicles or to minimize further damage to vehicles which are already damaged. The Service Provider shall have a fenced, secure vehicle storage lot. Stored vehicles shall not be released until the rightful ownership of the vehicle is established. The City shall not be responsible for payment of towing or storage fees for vehicles towed to the Service Provider storage lot. If the Service Provider cannot be reached at the designated phone number three or more times in a 30-day period, or if the Service Provider fails to respond to a towing request within the time limits established in these Specifications more than three times in a 30-day period, the Service Provider agreement may be terminated. Towing Services Agreement 7514 Towing Services Page 7 of 18 Service Provider shall: 1. Own or lease and operate a fleet of tow vehicles capable of providing all the towing services described in the bid proposal. Leased vehicles must be in regular use by the Service Provider and have been procured under multi -year operating lease agreements. 2. Provide towing services, on an as -needed basis, from the location of the disabled vehicle to the designated repair facility. Drivers must be familiar with the four main City shop locations although vehicles are sometimes towed to other locations: 3. Make all vehicle hook-ups according to manufacturer's specifications contained in the vehicle "Owner's Manual" or according to the most current edition of the "AAA Towing Manual". 4. Have a valid Tow Permit issued by the Colorado Public Utilities Commission and comply with all applicable Federal, State, and local regulations. 5. Provide the City with a single telephone number to be used for requesting towing services 24 hours a day, seven days a week. This phone number must be answered by a person who can dispatch a tow truck and give the requesting employee an accurate estimated time of arrival (ETA), or schedule towing when immediate service is not being requested. 6. Dispatch tow trucks using radio, cellular phone or other electronic means. 7. Be at the disabled vehicle location within 45 minutes of receiving a request for towing services, unless the City employee initiating the request authorizes additional time. 8. Immediately, upon receiving a request for tow, advise the City employee if a tow truck cannot be at the disabled vehicle location within 45 minutes so service can be requested elsewhere. ' 9. Provide towing using equipment appropriate to the type of vehicle being towed. 10. Provide the City employee who requested Relocation towing or had vehicles towed to the Service Provider's lot with a list of vehicles towed. 11. Provide for storage of spare tires for use in replacing tires on Police vehicles for after-hours repairs. 12. Provide tire changes on Police vehicles for after-hours repairs. City employees will: 1. Call the listed Service Provider number to request appropriate towing services. 2. Provide dispatch personnel with the disabled vehicle type, location, vehicle damage, and any other information pertinent to the requested tow. 3. Ensure access to City repair facility if the vehicle is to be towed to one of those locations. Towing Services Agreement 7514 Towing Services Page 8 of 18 4. Provide directions and contact information when a vehicle is to be towed to any other location. 5. Provide lists of relocated vehicles to the Police Department. Other Requirements: 1. Service Providers must notify the City Representative when towing equipment is added or deleted from their inventory. 2. Service Provider must obtain a clearance from Fort Collins Police Services for drivers prior to assigning them to tow City vehicles. Police Services will check all sources of information they deem relevant and appropriate before issuing a clearance. The Service Provider shall provide the City Representative with the following information about each person seeking clearance: • Full name, date of birth, social security number, and valid driver's license number. 3. No person may tow City vehicles if that person has: • An active criminal arrest warrant. • A conviction for any felony, on parole for such felony, or who has been released from custody for such felony within the previous ten years. • A misdemeanor conviction on drug related charges within the previous five years. • A non -drug -related misdemeanor or petty offense conviction within the past three years. Definitions: 1. Normal Towing — Flat towing, towing by lifting either end of a vehicle, towing using a dolly, or transporting the disabled vehicle using a tilt -bed wrecker. 2. Long Distance Tow — Towing to or from a repair facility outside the Fort Collins Towing Area. This type of towing will normally be done with a tilt -bed wrecker or by trailer. 3. Relocation Towing — Moving vehicles out of the path of street rehab or street sweeping operations and moving vehicles off Snow Emergency routes during winter storms. 4. Towing to Service Provider's Lot — When requested by City personnel, Service Provider will tow vehicles parked in areas marked for street rehab or sweeping operations to the Service Provider's secure storage area and stored until reclaimed by the owner. 5. Fort Collins Towing Area — Geographical area where hookup prices and local trip fees apply. Outside this area hookup fees are calculated on a per mile basis, as specified for Long Distance towing. This area is bounded by the foothills on the west, 1-25 on the east, by CR 54 on the north, and on the south by CR30, plus any place within the City limits lying outside that area. Towing Services Agreement 7514 Towing Services Page 9 of 18