Signed Contract_Wenzel TowingCity of Dubuque
City Council Meeting
Consent Items # 010.
Copyrighted
July 5, 2022
ITEM TITLE: Signed Contract(s)
SUMMARY: Vendor Service Agreement with Compass Minerals America I nc. for
Public Works Ice Control Road Salt:: Project 22-23-00; Lease
Agreement with Dubuque Water Sports Club; Vendor Service
Agreement with Toter LLC for Toter Carts; Vendor Service Agreement
with Wenzel Towing for the Towing Service Contract.
SUGGESTED Suggested Disposition: Receive and File
DISPOSITION:
ATTACHMENTS:
Description Type
Vendor Service Agreement with Compass Minerals
America Inc.
Lease Agreement with Dubuque Water Sports Club
Vendor Service Agreement with Toter, LLC
Towing Service Contract
Supporting Documentation
Supporting Documentation
Supporting Documentation
Supporting Documentation
Dubuque Police Department
THE CITY OF
7-� uweah 770 Iowa Street
DUB B Dubuque, IA 52001
200IQ012.2013
Masterpiece on the Mississippi 2017*2019
CITY OF DUBUQUE, IOWA
SHORT FORM
VENDOR SERVICE AGREEMENT
THIS VENDOR SERVICE AGREEMENT (the Contract), between the City of Dubuque,
Iowa (City), by its City Manager, through authority conferred upon the City Manager by
its City Council and Wenzel Towing (Vendor), 3197 Hughes Court, Dubuque, IA 52003.
TITLE:
Towing Service Contract
For and in consideration of the mutual covenants herein contained, the parties hereto
agree as follows:
VENDOR AGREES:
1. To furnish all material and equipment and to perform all labor necessary for (the
Work): City of Dubuque Towing Service Contract.
The work described above shall be completed at the following location(s): CITY OF
DUBUQUE, AS REQUESTED.
The Work shall be completed in strict accordance with the terms as described in this
Contract; in strict accordance with the requirements of the laws of the State of Iowa and
ordinances of the City of Dubuque, and in accordance with the Request for Proposal
(RFP) Documents which provisions and documents are each and all hereby referred to
and made a part of this Contract just as much as if the detailed statements thereof were
repeated herein.
2. Contract Documents shall mean and include the following: This Contract; all
ordinances and resolutions heretofore adopted by the City Council having to do with this
Work; the Vendor's Proposal; and any, Specifications and General Requirements as
adopted by the City Council for the Work which are listed in the Special Conditions section
of this Contract.
3. All materials used by the Vendor on this Work shall be of the quality required by
the Contract Documents and shall be put in place in accordance with the Contract
Documents.
1
4. The Vendor shall remove any materials rejected by the City Manager as defective
or improper, or any of said work condemned as unsuitable or defective, and the same
shall be replaced or done anew to the satisfaction of the City Manager at the cost and
expense of the Vendor.
5. The Vendor has read and understands the Contract Documents and has examined
and understands the Work description described in Section 1 of this Agreement and any
attached Special Conditions herein referred to and agrees not to plead misunderstanding
or deception because of estimates of quantity, character, location or other conditions
surrounding the same.
6. The Vendor shall fully complete the Work under this Contract on or before: See
Section 10.
7. INDEMNIFICATION FROM THIRD PARTY CLAIMS. To the fullest extent
permitted by law, Vendor shall defend, indemnify and hold harmless City, its officers and
employees, from and against all claims, damages, losses and expenses claimed by third
parties, but not including any claims, damages, losses or expenses of the parties to this
Contract, including but not limited to attorneys' fees, arising out of or resulting from
performance of this Contract, provided that such claim, damages, loss or expense is
attributable to bodily injury, sickness, disease or death, or injury to or destruction of
property, including loss of use resulting therefrom, but only to the extent caused in whole
or in part by negligent acts or omissions of Vendor, or anyone directly or indirectly
employed by Vendor or anyone for whose acts Vendor may be liable, regardless of
whether or not such claim, damage, loss or expense is caused in part by a party
indemnified hereunder.
8. Unless otherwise specified in the Contract Documents, prior to the commencement
of any work on this Work and at all times during the performance of this Contract, the
Vendor shall provide evidence of insurance which meets the requirements of the City's
Insurance Schedule attached to this Contract and listed in the Special Conditions section.
9. The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78
Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations,
Department of Transportation, Subtitle A, Office of the Secretary, Part 21,
Nondiscrimination in Federally assisted programs of the Department of Transportation
issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that
in any contract entered into pursuant to this advertisement, minority business enterprises
will be afforded full opportunity to submit bids in response to this invitation and will not be
discriminated against on the grounds of race, color, national origin, sex, age, or disability
in consideration for an award.
10. The term of the contract shall be from midnight on July 1, 2021 through 11:59 p.m.
on June 30, 2024. The contract term may be amended in writing, upon mutual agreement
of the parties.
2
THE CITY AGREES:
Upon the agreed to work performed under this Contract, and the acceptance of the work
by the City Manager, the City agrees to pay the Vendor as stipulated in the contract
documents for complete performance of this Contract, at the prices stated in the Vendor's
Proposal in these Contract Documents.
CITY OF DUBUQUpE, IOWA
By: �l k�—
Michael 0. Van Milligen
City Manager
04/30/2022
Date
VENDOR: We zel Towing
By:
Printed Name: .lake Schroeder
Title: Operations Manager
Date
03/11 /2022
VENDOR ACKNOWLEDGEMENT OF ATTACHED SPECIAL CONDITIONS:
By: Wenzel To in
Signature: A/J,*�
Printed Name: Jake Schroeder
Title: Operations Manager
Date: 03/11/2022
3
SPECIAL CONDITIONS SECTION
The following Special Conditions shall apply to this Work:
1. INSURANCE REQUIREMENTS. Vendor shall comply with the insurance
requirements outlines in City of Dubuque Insurance Schedule P, attached as Exhibit A.
2. RATES AND CHARGES. Vendor shall be bound by the rates and charges
outlined in Exhibit B.
3. EQUIPMENT. The following minimum equipment shall be maintained:
a. Three (3) towing wreckers of 4-ton capacity with truck GVW of 10,000 lbs.,
all of which shall be equipped with wheel lifts. (referred to as Class A wreckers for
purposes of Rates and Charges detail page)
b. One (1) towing wrecker of sufficient registration to tow a semi truck/trailer
or any heavy equipment, having 25-ton pulling capacity with extendable boom
capacity of 25 tons or more. The vehicle must have twin winches, air brakes with
auxiliary air supply and must have a minimum of 25,000 lb. GVW. (referred to as
Class C wreckers for purposes of Rates and Charges detail page)
C. One (1) flatbed car carrier with a minimum carrying capacity of 10,000 GVW
(Note: May be included as part of (a) above total);
d. One (1) set of motorcycle carrying straps for each towing wrecker required
under Section a above.
e. The Contractor shall have available at all times sufficient equipment to
perform all services required on a timely and responsible basis. All equipment
must be owned or exclusively leased by the Contractor. All equipment must be
modern, commercially manufactured and in good mechanical condition, and shall
be subject to inspection at all times during the term of the Contract. No vehicle of
the Contractor shall be used as an emergency vehicle. The Contractor agrees to
have no markings on vehicles, buildings or correspondence that indicate or tend
to suggest any official relationship between the Contractor and the City of
Dubuque. All towing vehicles must be equipped with two-way radios or telephone
communication with a range extending to the Dubuque city limits. Radios shall
not be tuned to any police frequency.
f. The Contractor further agrees that sufficient operable towing vehicles and
personnel will be available to adequately service the special towing needs of the
City occasioned by special events requiring towing, including but not limited to,
declared emergencies or construction projects, as determined by the Chief of
Police or designee, or the City Manager or designee.
4
g. All wreckers shall be equipped with the necessary equipment to perform
emergency towing and recovery according to industry standards. All towing
wreckers referred to in Section a above shall have dollies, brooms, shovels, and
fire extinguishers. The Contractor shall comply with all laws, rules, and regulations
of any governmental agency having jurisdiction over the Contractor's business
including, but not limited to, licensing and minimum safety requirements.
4. FACILITIES. The Contractor shall maintain a business and storage facility within
the Dubuque city limits, which storage facility shall include reasonably secured short term
and long term storage for 120 vehicles which includes inside storage for thirty (30
vehicles). The facility shall be accessible between 8 A.M. to 8 P.M., seven days per week,
exclusive of holidays. Applicable holidays are New Year's Eve day, New Year's Day,
Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day,
Christmas Eve day, and Christmas Day. The facility shall comply with all applicable
building and zoning regulations and be owned or exclusively leased by the Contractor.
a. The Contractor shall maintain a storage garage and/or outside storage
facilities complying with all provisions of applicable building and zoning regulations
sufficient to store all vehicles towed by the Contractor under Contract until such
vehicle(s) are claimed by the owner or otherwise legally disposed. It is understood
the Contractor shall have or will acquire any additional storage areas needed to
store any and all vehicles requested by the City.
b. The Contractor's OUTSIDE compound storage area shall be for not less
than 90 vehicles (meeting all required specifications as outlined herein). Outside
storage may be located on or off premise from the main business address. Outside
storage shall have the following features:
1) On and off premise sites shall be enclosed and lockable with a solid
wall or a substantial wire fence not less than eight (8) feet in height. The
solid wall or fencing must be in place within 30 days from the date of the
contract award.
NOTE: For evaluation purposes, those contractors submitting a response
to the RFP without having the necessary outside storage area at the time
of the RFP submittal shall complete and submit a proposed site plan for the
outside storage as outlined in Attachment D. Site Plan includes written proof
the property has been leased by the contractor and is properly zoned for
vehicle use and storage as required in the contract general specifications.
2) Off premise site(s) shall have security lighting and be alarmed.
3) Vehicle storage area shall be located on hard surface, minimum
being packed gravel.
5
4) All fences and walls shall be maintained in good repair throughout
the term of the contract. Damage to such walls or fences shall be repaired
within 24 hours.
5) Vehicles stored in any enclosed area shall be stored under lock and
key. The Contractor shall protect all stored vehicles and any evidence of
personal property contained therein from theft and damage in accordance
with all reasonable Police Department instructions and directives.
C. Inside storage may be located on or off premise from the main business
address. Inside storage shall contain the following features:
1) On and off premise sites shall be fully enclosed, lockable and
secured. Off site premise(s) shall have security lighting and be alarmed.
2) An area of inside storage shall be heated, ventilated and have
sufficient lighting for evidence collection and processing for five stored
vehicles.
3) Hard surface flooring, similar to asphalt or cement.
4) Vehicles stored in any enclosed area shall be stored under lock and
key. The Contractor shall protect all stored vehicles and any evidence of
personal property contained therein from theft and damage in accordance
with all reasonable Police Department instructions and directives.
d. Vehicles identified for "HOLD" by the Police Department shall be stored at
such facility for whatever period of time necessary in order to properly process the
vehicle and any investigation involved. Personnel of the Police Department of the
City shall be permitted access to such vehicles at all times.
e. Storage facilities shall be subject to inspection and shall be approved by the
City prior to the award of any Contract. Storage facilities shall be subject to
periodic inspections during the term of the Contract when deemed necessary by
the Chief of Police or designee. Notice of any discrepancies or deficiencies found
by the Police Chief or designee shall be submitted to the Contractor in writing, and
the Contractor shall remedy the same within five (5) days of receipt of such notice.
Upon failure of the Contractor to remedy deficiencies, the City may terminate this
Contract.
f. In the event supplemental storage space is needed, the Contractor shall
seek approval of the site prior to its use. The standards shall meet or exceed those
described for inside and outside storage.
0
5. PERSONNEL.
a. The Contractor shall have available sufficient qualified personnel for the
operation of the required wreckers as specified. Each driver shall have a current
valid drivers license appropriate for the vehicle being operated, and be valid to
drive in the State of Iowa. The Contractor agrees that the owners of the company
or the officers of the company, if a corporation, shall be responsible for the acts of
their employees while on duty.
b. Each driver shall have at least one (1) year experience in towing and
recovery work. The Contractor shall insure that all drivers used on City calls shall
be neat, clean, uniformed, courteous and competent in operating skills in all
procedures.
6. RESPONSE TIME. The Contractor shall provide a 24-hour per day, 7-day per
week, towing service. The Contractor shall have a wrecker at the destination requested
not more than fifteen (15) minutes from the time that the towing firm receives a call during
the day (6 AM to 6 PM), and not more than thirty (30) minutes at night (6 PM to 6 AM).
The Contractor shall have 24-hour per day, 7-day per week, radio or telephone
communications. Answering phone services are not permitted. If service is not provided
within the specified time, the City shall have the right to make other arrangements for the
call. If the Contractor repeatedly fails to furnish wrecker services as specified herein, the
City may terminate this Contract.
7. SERVICE CALL CANCELLATION. In the event the Contractor responds to a
request from the City to tow a vehicle, and upon arriving at the location of the vehicle a
tow is not necessary, the Contractor may charge the owner/operator of the vehicle a
"show up" fee, as listed on the attached rate sheet. The City may cancel a tow call prior
to the arrival of the tow equipment without requiring payment of a "show up" fee to the
Contractor by the owner/operator, unless the Contractor was requested between 6:00
P.M. and 6:00 A.M. during which time the Contractor may collect a "show up fee" provided
the Contractor's driver has left the driver's residence and/or place of business. However,
if the City or owner/operator has cancelled the tow prior to the Contractor's driver leaving
the driver's residence or place of business, the Contractor shall not collect a "show up
fee."
B. PERSONAL PROPERTY IDENTIFICATION AND LOSS. The City will provide the
Contractor an inventory of personal property that is in the vehicle at the time and place of
impoundment. The Contractor assumes responsibility for personal property in the vehicle
at the time of impoundment and described on the inventory list and such responsibility
shall continue until the authorized release of the impounded vehicle.
9. REPORT OF SERVICES. The Contractor shall keep an accurate record of all
vehicles received and disposed of under the terms of the Contract. The Police Chief or
designee shall determine the sufficiency of the bookkeeping procedures. A report on
7
request shall be sent to the Police Chief listing each car that was impounded and its
disposition during the requested period.
10. POSTING AND PROVIDING OF CHARGES.
a. The Contractor has provided the City with a rate sheet attached hereto
listing all current rates and fees for services provided by the Contractor. The rate
sheet shall also be posted conspicuously in the principle place of business of the
Contractor and shall be clearly visible to the general public. Additionally, signage
will be conspicuously posted stating "Persons having a concern or complaint
regarding a police authorized tow are asked to call the Dubuque Police Department
589-4410.
b. Charges for storage of impounded vehicles will become applicable 10 hours
after said vehicle has been towed off the street. Second and subsequent day's
storage charges accumulate at each 24 hr. passage from the original time of the
tow.
C. An increase in rates and fees on the rate sheet shall not be requested by
the Contractor except within thirty (30) days prior to the anniversary date each year
of the contract and may be granted by the City Manager in the City Manager's sole
discretion.
d. In the event an increase in rates and fees is approved by the City Manager,
the City Manager reserves the right to review and reduce rates and fees based on
a material change in the conditions supporting the approved increase. Such a
review by the City Manager may only occur within thirty (30) days prior to
anniversary dates of the Contract subsequent to the increase in rates and fees.
11. COLLECTIONS/CHARGES.
a. The City of Dubuque shall not be responsible for the collection or payment
of any charges for service rendered by reason of its having dispatched any service
unless such service is applicable to City owned or leased equipment. All such
services rendered shall be charged to the owner of the towed vehicle or other
lawful claimant of possession. Charges for towing City owned or leased vehicles
shall be forwarded monthly to the City Finance Department for payment and such
invoices shall identify the vehicle towed, the location from which the vehicle was
towed, applicable rates and/or hours and dates involved, and the City vehicle
number.
b. The City shall be responsible for payment of towing and storage on vehicles
that have been towed for evidence where the owner's right to title and claim have
been forfeited by court order. For any vehicle in which a forfeiture proceeding has
been filed and the court finds that the owner maintains the right to claim and title,
payment shall be the sole responsibility of the owner or claimant.
n
12. COMPENSATION. In the case of a vehicle towed from private property, the
Contractor agrees that reimbursement shall be limited to the towing and storage fee paid
by the owner of the vehicle or the proceeds from disposition of an abandoned vehicle in
accordance with Iowa Code section 321.89.
13. IMPOUNDED VEHICLES. If any owner or person entitled to possession of an
impounded vehicle seeks to reclaim the same from the Contractor, the Contractor shall
provide such owner or such person lawfully entitled to possession with an itemized
statement of all charges relating to the impounding of such vehicle.
14. NOTIFICATION. The City hereby authorizes the Contractor to act as the private
entity to dispose of abandoned (not claimed) vehicles. The Contractor agrees to remove
all such vehicles and store them without cost to the City. All notifications to persons or
businesses having an interest or claim to such vehicles will be the responsibility of the
Contractor and will be made pursuant to Section 321.89 of the Code of Iowa, as amended.
The City reserves the right to withdraw the authority granted by this section in its sole
discretion with or without cause upon 10 days written notice delivered to the Contractor.
15. RELEASE OF VEHICLES AND PERSONAL PROPERTY. The Contractor agrees
to release a vehicle to its owner upon authorization from the City and payment of towing
and storage costs by the owner. At the time of release, the Contractor shall provide the
owner with a receipt, itemizing towing and storage costs. All discrepancies and
settlements are the responsibility of the owner and the Contractor.
16. DISPOSAL OF VEHICLES. The City hereby authorizes the Contractor to act as
the private entity to dispose of abandoned (not claimed) vehicles. The Contractor agrees
to remove all such vehicles and store them without cost to the City. Sales or disposal to
a demolisher of the vehicles towed under these specifications shall be pursuant to Section
321.89 of the State Code of Iowa, as amended. Sales shall be conducted at a time, place
and manner to be determined by the Contractor.
The sales may be held upon the premises of the towing service. Disposition of the
proceeds of the sales shall be made in accordance with the provisions of the laws of the
State of Iowa. The City shall not be responsible for paying any cost to the towing service.
The Contractor shall provide to the City Police Department the following information on
every vehicle disposed of by demolition or auction:
a. Year, make, model, and VIN of the vehicle
b. Date of disposal or sale
C. Name of purchaser or demolisher of vehicle
d. Amount received for vehicle (when requested by City of Dubuque)
e. Bill for towing, storage and notification accrued on each vehicle
0
The City reserves the right to withdraw the authority granted by this section in its sole
discretion with or without cause upon 10 days written notice delivered to the Contractor.
17. NON -EXCLUSIVENESS OF SERVICES. The owner or person in possession of
any vehicle that has been involved in an accident or whose vehicle has been
incapacitated in any other manner shall be given the opportunity of contacting a wrecker
or tow truck company of the owner or person's own choice if the disabled vehicle does
not create a hazardous condition and a reasonable response time can be expected. The
owner or person in possession shall further be given the opportunity of having such
vehicle towed to a garage or compound other than that of the Contractor. Any towing
initiated by the City shall be charged at the contract rate as shown in Rates and Charges.
18. SERVICE.
a. The Contractor shall furnish towing service for the removal of vehicles as
defined in this specification and/or storage space for vehicles when required by the
City of Dubuque whenever such services are dispatched or required by the City
Police Department, or in the case of City -owned or leased vehicles, dispatched by
either the Police Department or other authorized representative of the City. Such
service shall be available on a 24-hour per day, 7-day per week, basis.
b. The Contractor may call another qualified operator, hereinafter considered
a subcontractor, to supplement service in towing only. It shall be the responsibility
of the Contractor to employ only subcontractors who meet the same required
criteria as Contractor, including, but not limited to, equipment, personnel, and
insurance, etc.
19. CLEAN UP. The Contractor, when towing vehicle(s) from the scene of an
accident, shall be responsible for removing from the street all broken glass and other
matter that may be in the street as a result of the accident. The Contractor will
communicate with the Dubuque Fire Department to determine the clean-up of hazardous
materials.
20. OTHER INTERESTS. The Contractor shall not, in the performance of this
Contract, favor any automobile or truck body shop, or paint shop businesses. The
Contractor hereby represents that it has no connection, association, affiliation or financial
interest in any automobile or truck body shop or paint shop business. If the Contractor
acquires any financial interest in such a business after the Contract has been awarded,
the Contractor shall notify the City immediately in writing. A violation of this provision
during the term of the Contract shall be grounds for immediate termination of this
Contract.
21. COMPLIANCE WITH LOCAL, STATE, AND FEDERAL LAWS. The Contractor
shall comply with all applicable local, state, and federal laws.
10
22. NON -ASSIGNABILITY AND SHAREHOLDERS. This Contract shall not be
assignable.
23. ADDITIONAL VENDOR RESPONSIBILITY. Any related costs for towing and
storage not specifically described herein shall be the responsibility of the Vendor.
24. TERMINATION. This Contract may be terminated for any failure of the Vendor to
comply with the material requirements hereof. In such event, the Vendor shall be given
written notice of the intent to terminate this Contract and the Vendor shall then have ten
(10) days from the date of the notice to cure such deficiency to the complete satisfaction
of the City. In the event the Vendor fails to cure such deficiency within such time, this
Contract shall stand terminated.
11
EXHIBIT A
INSURANCE SCHEDULE P
12
City of Dubuque Insurance Requirements for Towing
INSURANCE SCHEDULE P
1. (Contractor) shall furnish a signed certificate of insurance to the City of
Dubuque for the coverage required in Exhibit I prior to commencing work and at the end of the
project if the term of work is longer than 60 days. Contractors presenting annual certificates shall
present a certificate at the end of each project with the final billing. Each certificate shall be
prepared on the most current ACORD form approved by the Iowa Department of Insurance or an
equivalent approved by the Director of Finance and Budget. Each certificate shall include a
statement under Description of Operations as to why issued. Eg: Project #
2. Ail policies of insurance required hereunder shall be with an insurer authorized to do business in
Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide.
3. Each certificate shall be furnished to the Finance Department of the City of Dubuque.
4. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the
City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a
material breach of this agreement.
5. Contractor shall require all subcontractors and sub -subcontractors to obtain and maintain during
the performance of work insurance for the coverages described in this Insurance Schedule and
shall obtain certificates of insurances from all such subcontractors and sub -subcontractors.
Contractor agrees that it shall be liable for the failure of a subcontractor and sub -subcontractor to
obtain and maintain such coverages. The City may request a copy of such certificates from the
Contractor.
6. All required endorsements to various policies shall be attached to Certificate of insurance.
7. Whenever a specific ISO form is listed, an equivalent form may be substituted subject to the
approval of the Director of Finance and Budget and subject to the provider identifying and listing
in writing all deviations and exclusions that differ from the ISO form.
8. Contractor shall be required to carry the minimum coverage/limits, or greater if required by law or
other legal agreement, in Exhibit I. If the Contractor's limits of liability are higher than the required
minimum limits then the Contractor's limits shall be this Agreement's required limits.
9. Whenever an ISO form is referenced the current edition of the form must be used.
10. Contractor shall be responsible for deductibles and self -insured retention for payment of all policy
premiums and other cost associated with the insurance policies required below.
11. All certificates of insurance must include agents name, phone number, and email address.
12. The City of Dubuque reserves the right to require complete, certified copies of all required
insurance policies, including endorsements, required by this Schedule at any time.
13. The City of Dubuque reserves the right to modify these requirements, including limits, based on
changes in the risk or other special circumstances during the term of the contract, subject to
mutual agreement of the parties.
Page 1 of 4 Schedule P Towing April 2021
13
City of Dubuque Insurance Requirements for Towing
INSURANCE SCHEDULE P (continued)
EXHIBIT I
A) WORKERS COMPENSATION AND EMPLOYERS LIABILITY
Statutory Benefits covering all employees injured on the job by accident or disease as
prescribed by Iowa Code Chapter 85.
Coverage A Statutory —State of Iowa
Coverage B Employers Liability
Each Accident $100,000
Each Employee -Disease $100,000
Policy Limit -Disease $500,000
Policy shall include Waiver of Right to Recover from Others endorsement.
Coverage B limits shalt be greater if required by the umbrella/excess insurer.
OR
If, by Iowa Code Section 85.1A, the Contractor is not required to purchase Workers'
Compensation Insurance, the Contractor shall have a copy of the State's Nonelection of
Workers' Compensation or Employers' Liability Coverage form on file with the Iowa
Workers' Compensation Insurance Commissioner, as required by Iowa Code Section
87.22. Completed form must be attached.
B) AUTOMOBILE LIABILITY
Bodily injury and property damage limit of liability: $1,000,000
Coverage shall include all owned, non -owned, and hired vehicles. If the Contractor's
business does not own any vehicles, coverage is required on non -owned and hired
vehicles.
1) Policy shall include Waiver of Right to Recover from Others endorsement.
C) COMMERCIAL GARAGE LIABILITY
Page 2 of 4
General Aggregate Limit
$2,000,000
Products -Completed Operation Aggregate Limit
$1,000,000
Personal and Advertising Injury Limit
$1,000,000
Each Occurrence Limit
$1,000,000
Fire Damage Limit (any one occurrence)
$50,000
Medical Payments
$5,000
Coverage shall be written on an occurrence, not claims made, form. The general liability
coverage shall be written in accord with ISO form CG 00 01 or business owners form BP
00 02. All deviations from the standard ISO Garage Liability form shall be clearly
identified.
Include an endorsement indicating that coverage is primary and non-contributory.
14
Schedule P Towing April 2021
City of Dubuque Insurance Requirements for Towing
INSURANCE SCHEDULE P (continued)
Include Preservation of Governmental Immunities endorsement. Sample attached.
Include additional insured endorsement for: "The City of Dubuque, including all its elected
and appointed officials, all its employees and volunteers, all its boards, commissions
and/or authorities and their board members, employees and volunteers.
Policy shall include Waiver of Right to Recover from Others endorsement
D) GARAGE KEEPERS LIABILITY
Page 3 of 4
(to include "on -hook') $250,000
Comprehensive
Collision
This coverage shall be direct primary and not excess.
15
Schedule P Towing April 2021
City of Dubuque Insurance Requirements for Towing
Please be aware that naming the City of Dubuque as an additional insured as is required by this
Insurance Schedule may result in the waiver of the City's governmental immunities provided in Iowa Code
sec. 670.4. If you would like to preserve those immunities, please use this endorsement or an equivalent
form.
PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT
1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase
of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any
of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa
Section 670.4 as it is now exists and as it may be amended from time to time.
2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those
claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it
now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa
Section 670.4 shall be covered by the terms and conditions of this insurance policy.
3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting
any defense of governmental immunity, and may do so at any time and shall do so upon the timely written
request of the insurer.
4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer
shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for
reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of
the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa.
No Other Change in Policy. The above preservation of governmental immunities shall not otherwise
change or alter the coverage available under the policy.
SPECIMEN
(DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES)
Page 4 of 4 Schedule P Towing April 2021
16
EXHIBIT B
RATES AND CHARGES
GROUP
List of rates and charges (Prices must remain for the first year of the Contract. Any fee
or change may be negotiated only thirty days on or before the anniversary date each
year):
NOTE: The City of Dubuque does not guarantee or imply any specific number of tows
or other service that will occur during the life of this Contract.
GROUP I. Rates for Group I apply to those vehicles that are NOT owned by the City, but
for which service is performed as a result of a call from a Dubuque City Police
Officer. Group I will not apply to City owned or leased vehicles that are
included in Group II.
GROUP I. Class A
SERVICE TYPE
1 HOURS
PRICE
Standard Tow
From 8:00 A.M. to 5:00 P.M.
$55.00
Night Tow
From 5:00 P.M. to 8:00 A.M.
$65.00
Dolly Fee
$40.00
Operations Winching
1st half hour
$45.00
-Recovery
Recovery Operations Winching
After 1st half hour
$40.00
Time 1st half hour
$30.00
-Standby
Time After 1st half hour
$30.00
-Standby
Outside City Limits
-Mileage
Show Up Fee
$26.50
Go Jacks
$10.00
GROUP I. Class C: Towing and/or Recovery
GROUP I. STORAGE
SERVICE TYPE �.F?RICE
Cars, pickups, motorcycles Outside storage)
$20.00/da
Cars, pickups, motorcycles Inside storage — by owner request)
$25.00/da
Trucks, tractors, busses
$50.00/da
Truck tractor trailers
$50.00/da
II
After hours/holiday release charge if an $30.00
19
RATES AND CHARGES
GROUP II
List rates and charges (Prices must remain for the first year of the Contract. Any fee or
change may be negotiated only thirty days on or before the anniversary date each year):
NOTE: The City of Dubuque does not guarantee or imply any specific number of tows
or other service that will occur during the life of this Contract.
GROUP II: Rates for Group II apply to those vehicles that are owned or leased by the City
and service is performed as a result of a call from a City Police Officer or City
employee.
GROUP Il. CLASS A.
SERVICE TYPE
j HOURS
PRICE
Standard Tow
From 8:00 A.M. to 5:00 P.M.
$55.00
Night Tow
From 5:00 P.M. to 8:00 A.M.
$65.00
Dolly Fee
$40.00
Recovery Operations Winching
1st half hour
$45.00
Recovery Operations Winching
After 1st half hour
$40.00
Standby Time 1st half hour
$30.00
Time After 1st half hour
$30.00
-Standby
Mileage Outside City Limits
$2.751mi
Show Up Fee
$26.50
Go Jacks
$10.00
GROUP II. Class C: Towing and/or Recovery
00