Signed Contract_Vendor Service Agreement with Wenzel TowingCity of Dubuque
City Council
ITEM TITLE:
SUMMARY:
SUGGUESTED
DISPOSITION:
ATTACHMENTS:
Copyrighted
July 21, 2025
CONSENT ITEMS # 7.
Signed Contract(s)
Independent Contractor Agreement with Fowler Public Sector
Consulting LLC; Vendor Service Agreement with Wenzel
Towing.
Receive and File
1. 25_06_26 Fowler Consulting Housing Director Contract Signed
2. 25_07_08 FY2026 FY2028 Signed Tow Contract (15)
Page 483 of 720
Dubuque
THE CITY OF
DUB E
All-Amerip "Cily
,
Z007•Z012.2013
2017*z019
Masterpiece on the Mississippi
Police Department
770 Iowa Street
Dubuque, IA 52001
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 locateion(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.
Page 488 of 720
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, 2025 through 11:59 p.m. on June 30,
2028. The term of the contract will be for three (3) years with one optional three (3) year renewal term
pending written mutual agreement from both parties. The contract term may be amended in writing,
upon mutual agreement of the parties.
2
Page 489 of 720
Documents for complete performance of this Contract, at the prices stated in the Vendor's
Fee Proposal in these Contract Documents.
CITY OF DUBUQUE, IOWA VENDOR: WENZEL TOWING
Micha I C. Van Milligen Printed Name:
City Manager Title: 4-►-\
Date: 07/09/2025
Date: L 30 ' a Oa 5-
VENDOR ACKNOWLEDGEMENT OF ATTACHED CONTRACT DOCUMENTS:
By: Wenzel To in
Signature:
& J-/k-
Printed Name: �nA�c� �G�roer4c�
Title: f 1\1\
Date: 6- 3Q ` D Z SS
3
Page 490 of 720
SPECIAL CONDITIONS SECTIONS
The following Special Conditions shall apply to this Work:
1. INSURANCE REQUIREMENTS. Vendor shall comply with the insurance requirements outlined
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:
• Three (3) towing wreckers of 4-ton capacity with truck GVW of 10,000 pounds, all of
which shall be equipped with wheel lifts. (referred to as Class A wreckers for purposes of
Rates and Charges detail page).
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).
• One (1) flatbed car carrier with a minimum carrying capacity of 10,000 GVW. (Note: May
be included as part of above total).
• One (1) set of motorcycle carrying straps for each towing wrecker required under section a
above.
• 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.
• 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
0
Page 491 of 720
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, excluding federal holidays. The facility shall comply with all
applicable building and zoning regulations and be owned or exclusively leased by the Contractor.
• 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.
• The Contractor shall have or will acquire any additional storage areas needed to store
any and all vehicles requested by the City.
• 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:
o 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 thirty (30) days from the date of the contract
award.
o 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.
o Off premise site(s) shall have security lighting and be alarmed.
o Vehicle storage area shall be located on a hard surface, minimum being packed
gravel.
o 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.
o 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.
• 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
• 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
5
Page 492 of 720
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 the
Contract.
• 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. City approval shall not be unreasonably
withheld.
5. SOFTWARE.
• The contractor shall utilize commercially available software that provides Police
Department personnel electronic access to all vehicles towed under terms of a contract with the
City, regardless of the vehicle's disposition, including but not limited to: At the tow yard, picked up
by the owner, auctioned, or scrapped.
The software shall provide, at a minimum, the following information for each towed
vehicle:
o Cross reference to the to the Dubuque Police Department case/report number;
o VIN number and, if applicable, the license plate number;
o Vehicle description;
o Name(s) of the vehicle owner (as provided on the impound form);
o Name of the vehicle's driver, if applicable;
o Indication of whether or not there is a police hold on the vehicle;
o Reason for tow (e.g. street storage, insurance violation, etc.);
o An itemized list of fees and the total balance due; and
o All captured date and time stamps (e.g. dispatch time, arrival time, etc.).
• The software must permit notes related to a towed vehicle to be entered into the individual
tow record by Police Department.
• The software must permit attaching and downloading of attachments to individual vehicle
tow records.
• The contractor must attach any and all documentation required by this contact, including but not
limited to those referenced in section 5.14, to individual records of applicable vehicles.
• The contractor must permit viewing and downloading of attachments by Police Department
personnel.
N
Page 493 of 720
• The contractor must permit Police Department personnel to attach relevant files to individual
tow records, including but not limited to Iowa DOT Certificates of Disposal.
6. PERSONNEL.
• The Contractor shall have available sufficient qualified trained personnel for the operation
of the required wreckers as specified and trained to industry best standards. Each driver
shall have a current valid driver's 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.
• 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.
7. RESPONSE TIME. The Contractor shall provide 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 the Contract.
8. 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."
9. 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.
10. REPORT OF SERVICES. The Contractor shall keep an accurate electronic record of all
7
Page 494 of 720
vehicles received and disposed of under the terms of the Contract. The Police Chief or
designee shall determine the sufficiency of the record procedures. An electronic report, on
request, shall be sent to the Police Chief listing each car that was impounded and its disposition
during the requested period.
11. POSTING AND PROVIDING OF CHARGES.
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 principal 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 563-589-4410."
Charges for storage of impounded vehicles will become applicable ten (10) hours after said
vehicle has been towed off the street. Second and subsequent day's storage charges
accumulate at each 24-hour passage from the original time of the tow.
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.
In the even 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.
12. COLLECTIONS/CHARGES.
The City shall not be 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 garage 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.
• 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.
13. COMPENSATION. In the case of a vehicle towed from private property, the Contractor
R
Page 495 of 720
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.
14. 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.
15. 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 State 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 ten (10) days written notice delivered to
the Contractor.
16. 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.
iM116919w-11>lw4:IM*j
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
9
Page 496 of 720
information on every vehicle disposed of by demolition or auction:
o Year, make, model, and VIN of the vehicle
o Date of disposal or sale
o Name of purchaser or demolisher of vehicle
o Amount received for vehicle (when requested by City)
o Bill for towing, storage, and notification accrued on each vehicle
• The City reserves the right to withdraw the authority granted by this section in its
sole discretion with or without cause upon ten (10) days written notice delivered to
the Contractor.
18. 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 on the fee proposal.
19. SERVICE.
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
Duque 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.
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.
20. CLEAN UP. The Contractor shall be responsible for removing all broken glass and
debris from the roadway resulting from an accident when towing vehicle(s) from the
scene. In the case of large-scale or complex incidents, the Contractor may be required to
provide additional support, acting as a general contractor for cleanup and coordination
efforts related to major commercial motor vehicle (CMV) crashes, as necessary.
21. OTHER INTERESTS. The Contractor shall not, in the performance of the 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
10
Page 497 of 720
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, without
appropriate notification to the City during the term of the Contract may be grounds for
immediate termination of the Contract.
22. ADDITIONAL CONTRACTOR RESPONSIBILITY. Any related costs for towing and
storage not specifically described in these specifications shall be the responsibility of the
Contractor.
23. FEE SCHEDULE. Each proposal must contain a statement of fees and expenses to
provide the services described herein, with the payment of such fees and expenses
contingent on the successful completion of said work. Please complete the attached "Fee
Proposal" form. The statement of fees and expenses should include any additional
charges you propose to charge in connection with the services described herein and the
quality control process that will be used throughout the project.
24. INSURANCE. Insurance is required. Please see the attached Appendix A.
PROPOSAL QUESTIONS AND ANSWERS
If you have any questions concerning this RFP, please submit your requests to the Police
Chief. The City has made considerable efforts to ensure an accurate representation of
information in this RFP. Each vendor is urged to conduct its own investigations into the
material facts provided.
No answers given in response to questions submitted shall be binding upon the City unless
released in writing (letter or email) as an officially numbered and titled addendum to the RFP
by the City.
Any questions concerning this RFP must be received before 10:00 a.m. CDT on May 8,
2025. Any inquiries received after that date will not be answered. When submitting a
question to the City Purchasing and Contracts Coordinator, please include the appropriate
contact information.
From the date of issuance of this RFP until final City action, a vendor shall not discuss the
RFP with or contact any other City staff or any of the Selection Committee members except
as expressly authorized by the City Purchasing and Contracts Coordinator identified in this
Section 6.0. Violation of this prohibition will be considered a violation of the rules and be
grounds for disqualification of the vendor's proposal.
The contact information is as follows:
Jeremy Jensen, Chief of Police
Police Department
11
Page 498 of 720
City of Dubuque
50 W. 13th Street
Dubuque, IA 52001
EVALUATION CRITERIA
Proposals will be evaluated using the following criteria:
Technical Capabilities 40%. This includes holding all proper licenses, performance history on
past and current government or industrial contracts or work, and responsiveness of the
proposal in clearly stating an understanding of the work to be done.
2. Demonstrated Availability 40%. Demonstrated availability of the necessary personnel (both
supervisory and operational personnel), facilities and necessary equipment to accomplish the
scope of work in the Request for Proposal.
3. Financial Capabilities 20%. Financial capability of the contractor to perform in accordance
with the proposal requirements, evidenced by the financial position and resources that
assures the ability to complete the contract and prices offered.
PROPOSAL SUBMITTAL INFORMATION
• Submittal Deadline: May 22, 2025 before 2:00 p.m. (Local Time)
• Submittals: Vendor: One electronic (.pdf) copy shall be
provided to
https://citvofdubugue.sharefile.com/r-
r28e8cc4444b48228
• The submitted proposal must be signed and labeled Vehicle Towing
Services RFP.
• An electronic PDF copy must be submitted to
https://cityofdubugue.sharefile.com/r-r28e8cc4444b48228. No faxed
proposals will be accepted.
• The proposal document must be signed by an officer of the vendor who
is authorized to legally bind the vendor.
• Proposals are to contain a statement indicating the period during
which the proposal will remain valid. A period of not less than ninety
(90) calendar days from the proposal closing date is required.
12
Page 499 of 720
Each vendor assumes full responsibility for delivery and receipt of the completed proposal
package on or before the deadline. Any proposals received after the submittal deadline will
not be considered.
The City is not liable for any cost incurred by any vendor prior to the execution of an
agreement or contract. Nor shall the City be liable for any costs incurred by vendors in
responding to this RFP and those not specified in any contract. All results from this
request for proposals review process and project will remain the property of the City.
Evaluation and selection of a vendor will be based on information submitted in the proposal,
interviews, oral presentations if necessary, references, and supplemental information.
Failure to respond to each requirement in the RFP may be a basis for rejecting a response.
Thank you for your consideration and interest in the project.
Sincerely,
Jeremy Jensen Chief
of Police
Dubuque Police Department
(563)589-4444
13
Page 500 of 720
Vehicle Towing Services City of
Dubuque, Iowa
Vehicle Towing Services
Fee Proposal
April 28, 2025
Fee Proposal
1. PROPOSED RATES AND CHARGES — GROUP I
THE C
DUUB--&-FE
Masterpiece on the Mississippi
List your proposed 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 any call on behalf of the City of Dubuque. Group I
will not apply to City -owned or leased vehicles that are included in Group 11.
GROUP I. CLASS A
SERVICE TYPE HOURS 1PRICE
Standard Tow From 7:00 A.M. to 5:00 P.M.
$59.50
Night Tow From 5:00 P.M. to 7:00 A.M.
$69.50
Dolly Fee
$45.00
Recovery Operations (first half hour)
$59.50
Recovery Operations (after first half hour)
$49.50
Standby Time (1st half hour)
$30.00
Standby Time (After 1st half hour)
$40.00
Mileage Outside City Limits
$2.99
14
Page 501 of 720
Show Up Fee $25.00
GROUP 1. CLASS C: TOWING AND/OR RECOVERY
SERVICE TYPE
HOUR 11
PRICE
Standard Tow
From 7:00 A.M. to 5:00 P.M.
$125.00
Night Tow
From 5:00 P.M. to 7:00 A.M.
$125.00
Recovery Operations (first half hour)
$150.00
Recovery Operations (after first half hour)
$150.00
Standby Time (first half hour)
$50.00
Standby Time (after first half hour)
$50.00
Mileage Outside City Limits
$4.00
Show Up Fee
$50.00
191Well] aMMto] MATC]M
[SERVICE TYPE 11
PRICE
Cars, pickups, motorcycles (Outside storage)
$20.00
Cars, pickups, motorcycles (Inside storage — by owner request)
$25.00
Trucks, tractors, busses
$50.00
Truck tractor trailers
$50.00
After Hours/Holiday release charge (if any)
$29.50
Other Fees — Describe:
2. PROPSED RATES AND CHARGES — GROUP II
List your proposed rates and charges (prices must remain for the first year of the contract. Any fee
or change my be negotiated only thirty (30) 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 II. CLASS A.
15
Page 502 of 720
Dolly Fee
$45.00
Recovery Operations (first half hour)
$59.50
Recovery Operations (after first half hour)
$49.50
Standby Time (first half hour)
$30.00
Standby Time (after first half hour)
$40.00
Mileage Outside City Limits
$2.99
Show Up Fee
$25.00
GROUP II. CLASS C: Towing and/or Recovery
SERVICE TYPE I HOURS IPRICE
Standard Tow From 7:00 A.M. to 5:00 P.M.
$125.00
Night Tow From 5:00 P.M. to 7:00 A.M.
$125.00
Dolly Fee
$150.00
Recovery Operations (after first half hour)
$150.00
Standby Time (first half hour)
$50.00
Standby Time (after first half hour)
$50.00
Mileage Outside City Limits
$4.00
Show Up Fee
$0.00
** Other Fees, Describe:
** Vendor shall not be allowed to charge for retrieval of personal items from towed vehicle (for
example, wallet, purse, handbag, backpack, etc)
NAME OF VENDOR: Oe-AZ2� TOW*iA
AUTHORIZED REPRESENTATIVE: Sake- �'34xr
TITLE:
DATE: 5-al-ag
16
Page 503 of 720
Vehicle Towing Services City of
Dubuque, Iowa
THE CITY OF
DUB E
Masterpiece on the Mississippi
Vehicle Towing Services Request for Proposal
April 28, 2025
APPENDIX A
Insurance Requirements
17
Page 504 of 720
City of Dubuque Insurance Requirements for Towing
INSURANCE SCHEDULE P
(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. All 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 shall be attached to the certificate. The certificate is due before the
contract/agreement can be approved.
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 written mutual agreement
attached hereto.
Page 505 of 720
City of Dubuque Insurance Requirements for Towing
INSURANCE SCHEDULE P (continued)
EXHIBIT I
A) WORKERS COMPENSATION AND EMPLOYER'S 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 shall 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
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.
19
Page 506 of 720
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.
Policy shall include cancellation and material change endorsement providing thirty (30) days
advance written notice of cancellation, non -renewal, reduction in insurance coverage and/or limits
and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque
Finance Department, 50 West 13th Street Dubuque, Iowa 52001.
D) GARAGE KEEPERS LIABILITY
(to include "on -hook")
Comprehensive
Collision
$500,000
This coverage shall be direct primary and not excess.
20
Page 507 of 720
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 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)
21
Page 508 of 720
Vehicle Towing Services
City of Dubuque, Iowa
THE CITY OF
DUB E
Masterpiece on the Mississippi
Vehicle Towing Services Request for Proposal
April 28, 2025
APPENDIX B
Insurance Requirements
City of Dubuque Standard Terms and Conditions
22
Page 509 of 720
STANDARD TERMS AND CONDITIONS
ACCELERATED PAY DISCOUNTS - Accelerated discounts should be so stated on the bid
submittal page. If quick pay discounts are offered, the City reserves the right to include that
discount as part of the award criteria. Prices must, however, be based upon payment in net thirty
(30) days after receipt, inspection and acceptance. In all cases, quick pay discounts will be
calculated from the date of the invoice or the date of acceptance, whichever is later.
ADA COMPLIANCE
1. The Vendor shall comply with all applicable provisions of the Americans with Disabilities Act (Public
Law 101-336, 42 U.S.C. 12101 et seq.) and applicable Federal regulations under the Act.
2. Bids for design, construction, programs, policies and concessions of any type shall comply with the
2010 Standards for Accessible Design, the ADA title II regulation, Section 504 of the 1973
Rehabilitation Act, and similar statutes and regulations prohibiting discrimination on the basis of
disability.
3. The Vendor shall ensure that its websites and all online services, including those websites or online
services provided by third parties upon which Dubuque relies to provide services or content, comply
with, at minimum, Web Content Accessibility Guidelines - WCAG 2.0 AA.
ASSIGNMENT - The City and the Vendor each are hereby bound, and the partners, successors,
executors, administrators and legal representatives of the City and the Vendor are hereby bound
to the other party to the Contract and to the partners, successors, executors, administrators and
legal representatives (and said assigns) of such other party, in respect of all covenants,
agreements and obligations of the Contract. Any assignment or attempt at assignment made
without prior written consent of the City shall be void.
BID CURRENCY/LANGUAGE - All bid prices shall be shown in US Dollars ($). All prices must
remain firm for the duration of the Contract regardless of the exchange rate. All bid responses
must be submitted in English.
BID FORM - Each bidder must submit an original bid and additional copies as required on the
forms attached. The bidder shall correctly sign the bid, and the bid may be rejected if it shows
any omissions, alterations of the form, additions not called for in the bid, or any irregularities of
any kind. In case of a discrepancy between the unit price and the extended price, the unit price
shall prevail.
BID INFORMATION IS PUBLIC — The bid and all documents submitted with any bid shall become
public documents subject to Iowa Code Chapter 22, which is otherwise known as the "Iowa Open
Records Law". By submitting the bid any document to the City of Dubuque in connection with a
bid, the submitting party recognizes this and waives any claim against the City of Dubuque and
any of its officers and employees relating to the release of any document or information submitted.
Each submitting party shall hold the City of Dubuque and its officers and employees harmless
from any claims arising from the release of any document or information made available to the
City of Dubuque arising from any opportunity. Bid information requested by the public or other
bidders will be provided in an alternative format if the requestor is a person with a disability and
requires an alternative form for comprehension.
23
Page 510 of 720
BID REJECTION OR PARTIAL ACCEPTANCE - The City reserves the right to accept or reject
any or all bids or parts thereof. The City further reserves the right to waive technicalities and
formalities in bids, as well as to accept in whole or in part such bids where it is deemed advisable
in protection of the best interests of the City.
CONFLICT OF INTEREST - The Vendor represents, warrants, and covenants that no relationship
exists or will exist during the Contract period between the Vendor and the City that is a conflict of
interest. No employee, officer or agent of the Vendor shall participate in the selection or in the
award if a conflict of interest, real or apparent, exists. The provisions of Iowa Code ch. 68B shall
apply to the Contract. If a conflict of interest is proven to the City, the City may terminate the
Contract, and Vendor shall be liable for any excess costs to the City as a result of the conflict of
interest. The Vendor shall establish safeguards to prevent employees, consultants, or members
of governing bodies from using their positions for purposes that are, or give the appearance of
being, motivated by the desire for private gain for themselves or others with whom they have
family, business, or other ties. The Vendor shall report any potential, real, or apparent conflict of
interest to the City.
CONTRACT DOCUMENTS — The Contract Documents are this Contract, the Request for Bids,
the Vendor's Bids, and the following additional documents, if any:
In the event of a dispute with respect to any term or condition in the Contract Documents, they
shall be interpreted in the following order: this Contract, the Request for Bids, the Vendor's Bids,
and the following additional documents, if any:
DISPUTES - Should any disputes arise with respect to the Contract, the Parties agree to act
immediately to resolve such disputes. Time is of the essence in the resolution of disputes. The
Vendor agrees that, the existence of a dispute notwithstanding, it will continue without delay to
carry out all of its responsibilities under the Contract that are not affected by the dispute and the
City shall continue to make payment for all Work properly performed. Should the Vendor fail to
continue to perform its responsibilities regarding all non -disputed work, without delay, any
additional costs incurred by the City or the Vendor as a result of such failure to proceed shall be
borne by the Vendor. The unintentional delayed payment by the City to the Vendor of one or more
invoices not in dispute in accordance with the terms of the Contract will not be cause for Vendor
to stop or delay Work.
FORCE MAJEURE - Force majeure shall be any of the following events: acts of God or the public
enemy; compliance with any order, rule, regulation, decree, or request of any governmental
authority or agency or person purporting to act therefore; acts of war, public disorder, rebellion,
terrorism, or sabotage; floods, hurricanes, or other storms; strikes or labor disputes; or any other
cause, whether or not of the class or kind specifically named or referred to herein, not within the
reasonable control of the party affected. A delay in or failure of performance of either party shall
not constitute a default hereunder nor be the basis for, or give rise to, any claim for damages, if
and to the extent such delay or failure is caused by force majeure. The party who is prevented
from performing by force majeure shall be obligated, within a period not to exceed fourteen (14)
days after the occurrence or detection of any such event, to give notice to the other party setting
forth in reasonable detail the nature thereof and the anticipated extent of the delay, and shall
remedy such cause as soon as reasonably possible, as mutually agreed between the parties.
24
Page 511 of 720
INDEMNIFICATION - To the fullest extent permitted by law, the Vendor shall indemnify and hold
harmless the City, its officers and employees, from and against all claims, damages, losses and
expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of
the 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 the
Vendor, or anyone directly or indirectly employed by the Vendor or anyone for whose acts the
Vendor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in
part by a party indemnified hereunder.
LAWS AND REGULATIONS - The Contract shall be governed, interpreted and enforced in
accordance with all applicable federal, State of Iowa, and local laws, ordinances, licenses and
regulations and shall apply to the Contract throughout as the case may be. The Vendor certifies that
in performing the Contract it will comply with all applicable provisions of the federal, state, and local
laws, ordinances, licenses and regulations. Venue for any action arising out of this Contract shall
be the Iowa District Court for Dubuque County, Iowa.
METHOD OF AWARDING - The City reserves the right to make awards based on the entire bid or
on an item by item basis. However, if Vendor's bid is based on an "all or none" condition, the City
may consider its bid non -responsive and reject the entire bid.
NO GIFT STANDARD - The City of Dubuque is committed to upholding the highest ethical
standards in all of its business practices. This standard recognizes the need to avoid even the
perception of improper gifts or favors to employees. Therefore, all suppliers have been asked to
abide by the City's "No Gift" standard. The "No Gift" standard also applies to all offers of discounts or
free items at any place of business targeted toward a City employee and not available to the general
public, regardless of the value.
NON -COLLUSION STATEMENT - Neither the Vendor, nor anyone in the employment of the
Vendor, has employed any person to solicit or procure the Contract nor will the Vendor make any
payment or agreement for payment of any compensation in connection with the Contract. There is
no contract, agreement or arrangement, either oral or written, expressed or implied, contemplating
any division of compensation for Work rendered under the Contract or participation therein, directly
or indirectly, by any other person, firm or corporation, except as documented in the Contract. Neither
the Vendor, nor anyone in the employment of the Vendor, has either directly or indirectly entered into
any agreement, participated in any collusion or otherwise taken any action in restraint of free
competitive procurement in connection with the Contract.
NON-DISCRIMINATION AND EQUAL OPPORTUNITY - All Vendors that engage in contracts with
the City of Dubuque, Iowa agree as follows: The Vendor will not discriminate against any employee
or applicant for employment because of race, sex, color, creed, ancestry, national origin, marital
status, Familial status, religion, age, disability, sexual orientation, gender identity, genetic
information, status with regard to public assistance, status as a veteran or any classification
protected by federal, state, or local law, (Protected Classes) except where age and sex are essential
bona fide occupational requirements, or where disability is a bona fide occupational disqualification.
Such action shall include, but not be limited to the following; (a) Employment, (b) Upgrading, (c)
Demotion or transfer, (d) Recruitment and advertising, (e) Layoff or termination, (f) Rate of pay or
25
Page 512 of 720
other forms of compensation, and (g) Selection for training, including apprenticeship. The Vendor
further assures that managers and employees comply with both the spirit and intent of federal, state,
and local legislation, government regulation, and executive orders in providing affirmative action as
well as equal opportunity without regard to the protected classes, as stated above. The Vendor will
include, or incorporate by reference, the provisions of the nondiscrimination clause in every contract
or subcontract unless exempt by the rules, regulations or orders of the City and will provide in every
contract or subcontract that said provision will be binding upon each Vendor.
REGULATORY AGENCY COMPLIANCE - Compliance with laws and regulations set forth by
regulatory agencies is required. These agencies include, but are not limited to, OSHA —
Occupational Safety & Health Agency, EPA — Environmental Protection Agency, ICC — Interstate
Commerce Commission, DNR — Department of Natural Resources, and DOT — Department of
Transportation. The City of Dubuque expects that Vendors will offer expertise on conformance of
regulations applying to the products they sell and the Work they perform.
RIGHT TO PROTEST - Anyone wishing to file a protest concerning (1) the specifications, (2) the bid
procedure or (3) the award of the Contract must do so in writing in accordance with the City's Protest
by bidders which is found in the City's purchasing policy
SAFETY DATA SHEETS - The Hazard Communication Standard (HCS) requires chemical
manufacturers, distributors, and importers to ensure that each container of hazardous chemicals
leaving the workplace is labeled, tagged, or marked and to provide Safety Data Sheets (SDS) to
communicate the hazards of hazardous chemical products. It is the chemical supplier's
responsibility to determine which products are covered and to provide SIDS with the initial shipment.
It is also the chemical supplier's responsibility to provide any updated or revised SDS, as they
become available for any products sold and delivered to the City of Dubuque. City of Dubuque
employees shall not accept a shipment of any chemical that does not have a SIDS attached or
currently on file. Safety Data Sheets shall be available in alternative formats if the requestor is a
person with a disability and requires an alternative format for comprehension.
SUBCONTRACTING - All Sub Vendors shall be listed in the Contract or in a written amendment to
the Contract.
SUSPENSIONS AND DEBARMENT - The Vendor hereby certifies, pursuant to 2 CFR pt. 180 and
2 CFR pt. 3000, that neither it nor its principles are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in the Contract by any
federal agency. The Vendor further certifies that it is not presently debarred, suspended, proposed
for debarment, declared ineligible, or voluntarily excluded from participation in any contracts with
the City of Dubuque or the State of Iowa.
TAXES - The City of Dubuque is exempt from sales tax and certain other use taxes. Any charges for
taxes from which the City is exempt will be deducted from invoices before payment is made.
26
Page 513 of 720
TERMINATION OF CONTRACT - The City may terminate the Contract at any time for any reason
with or without cause. In that event, all finished or unfinished Work, reports, materials(s) prepared or
furnished by the Vendor under the Contract shall, at the option of the City, become its property. If the
Contract is terminated by the City as provided herein, the Vendor shall be paid for all Work which
has been authorized, provided, and approved up to the effective date of termination. The City will
not be subject to any termination fees from the Vendor.
WARRANTIES - WORK - The Vendor shall perform Work for the City pertaining to the Project as
set forth in the Contract.
Vendor represents that the Work and all of its components shall be free of defects; shall be
performed in a manner consistent with other Vendors in a similar industry and application; and shall
conform to the requirements of the Contract.
Vendor shall be responsible for the quality, technical accuracy, completeness and coordination of all
Work performed under the Contract. Vendor shall, promptly and without charge, provide all
corrective Work necessary as a result of Vendor's acts, errors, or omissions with respect to the
quality and accuracy of the Work.
Vendor shall be responsible for any and all damages to property or persons as a result of Vendor's
acts, errors, or omissions, and for any losses or costs to repair or remedy any Work undertaken by
City based upon the Work as a result of any such acts, errors, or omissions.
Vendor's obligations shall exist without regard to, and shall not be construed to be waived by, the
availability or unavailability of any insurance, either of City or Vendor.
WARRANTIES - INTELLECTUAL PROPERTY - Vendor represents and warrants that all the
materials and Work produced, or provided to the City pursuant to the terms of the Contract shall be
wholly original with the Vendor or that the Vendor has secured all applicable interests, rights,
licenses, permits or other intellectual property rights in such materials and work. The Vendor
represents and warrants that the materials and Work, and the City's use of same, and the exercise by
the City of the rights granted by the Contract shall not infringe upon any other work or violate the
rights of publicity or privacy of, or constitute a libel or slander against, any person, firm, or
corporation. The Vendor further represents and warrants that the materials and Works does not
infringe upon the copyright, trademark, trade name, trade dress patent, statutory, common law or
any other rights of any person, firm or corporation or other entity. The Vendor represents and
warrants that it is the owner of or otherwise has the right to use and distribute the Work contemplated
by the Contract.
27
Page 514 of 720