Loading...
Towing Contract Fiscal Years 2010-2012THE CTTY OF ~ Dubuque ~'~,,~ DT T~~.~, AM-Am~aCiry ~.J Masterpiece on the Mississippi 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: City of Dubuque Fiscal Year 2010/2012 Towing Contract - Recommendation DATE: May 26, 2009 Two responses were received to a Request for Proposals for the Fiscal Year 2010/2012 City of Dubuque Towing Contract. Both proposals were found to be in compliance with all General Specifications. The members of the RFP review committee evaluated 10 performance categories, and determined that Wenzel Towing was less expensive for citizens, meets or exceeds all requirements of the RFP, has a history of providing good service to the Police Department, and scored the highest by the RFP review committee. Chief of Police Kim Wadding recommends that the City Council approve the award of the Fiscal Year 2010/2010 City of Dubuque Tow Contract to Wenzel Towing. I concur with the recommendation and respectfully request Mayor and City Council approval. Mi ael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Kim B. Wadding, Chief of Police Request for Proposals, each committee member evaluated 10 performance categories. The categories encompassed three major areas: Technical Capabilities, Demonstrated Availability, and Financial Capabilities. Each category had a value of five possible points, from (1) lowest to (5) highest for a total of 50 possible points. The three major areas and categories. include: Based upon these categories, Burt Steve and Son received a collective committee score of 33.7 and Wenzel Towing received 41.1 out of the possible 50 points. RECOMMENDATION After consideration and review, the Towing Awards Committee recommended Wenzel Towing for the FY2010/FY2012 City of Dubuque Towing Contract. I agree with their recommendation. ACTION REQUESTED Action requested is for City Council consideration of the FY2010/FY2012 City of Dubuque Tow Contract to be awarded to Wenzel Towing, 3197 Hughes Court, Dubuque, Iowa as recommended by the City of Dubuque Tow Contract Awards Committee. Cc: Barry Lindahl, Corporation Attorney Jeanne Schneider, City Clerk Cindy Steinhauser, Assistant City Manager THE CITY OF Dubuque I~-UB E 1 1 Masterpiece on the Mississippi 2007 DATE: May 18, 2009 TO: Chief of Police Kim Wadding FROM: Assistant Chief Terry Tobin RE: 2009-2012 City tow contract recommendation Requests for proposals from vendors interested in providing services for the City of Dubuque towing contract beginning July 1, 2009 through June 30, 2012 were solicited with a letter sent to local towing companies on April 7, 2009. A bid submittal deadline of 5:00 P.M. May 1, 2009 was set for interested vendors to submit proposals. Contract proposals were received from Burt Steve and Son Garage, Inc. and Wenzel Towing, Inc. A committee was formed to review the proposals and inspect the bidder's facilities and equipment in order to evaluate the proposals and make a recommendation on a selected towing service for the City of Dubuque to enter into a contract with. The committee evaluating the proposals consisted of Assistant Police Chief Terry Tobin and Cpl. Cory Sommer of the Dubuque Police Department, Ken TeKippe from the City Finance Division, John Klostermann from the City Public Works Department, Tim Horsfield from the City Parking Division, Sue Brennan from the City Planning and Zoning Division, and Fire Marshall Mark Ludescher of the Dubuque Fire Department. The above committee members met on May 8th to tour the Wenzel Towing facility and the Burt Steve and Son Garage proposed facility and also to inspect each contractors towing equipment submitted to meet the RFP requirements. Following the above inspections, a meeting was held by the committee on May 12th to review the inspections and proceed with the evaluations towards a committee recommendation for the City of Dubuque tow contract vendor. The initial topic discussed with the committee members was if the contract bid submitted by each of the contractors met the minimum requirements of the RFP to allow the contractor to remain a viable candidate for awarding of the contract. The committee members agreed that both contractors' bids met the minimum specifications required and that each contractor's proposal would be further evaluated and rated based on the information submitted in the contractor's bid and information learned through the committee inspections. Both contractors' proposals were then evaluated by the committee, including the opening of both contractors sealed bid envelope containing proposed pricing schedules for City contract towing services. As per the RFP specifications, each committee member evaluated the contractors in each of ten categories, with an overall score of 50 points representing a perfect score. The individual committee member scores, in no particular order, were as follows: Evaluation Scores Committee Member Wenzel Towing Inc. Burt Steve and Son Garage, Inc. A) 44 41 B) 34 29 C) 50 26 D) 22 20 E) 40 38 F) 50 45 G) 48 37 Average 41.1 33.7 It is the unanimous recommendation of the City Towing Contract Award Committee that the contract for City of Dubuque towing services be awarded to Wenzel Towing, Inc. I will now summarize the committee's ratings of Wenzel Towing and Burt Steve and Son Garage in the ten categories they were evaluated on. *Committee member D did not rate Burt Steve and Son Garage in categories 1, 2, 3, and 6. Ratings submitted by committee member D for Wenzel Towing in those same categories were not included in the evaluation scores so as not to skew the scores. 1) Contract History Wenzel 4 4 5 N/R 4 5 5 Avg. 4.5 Burt Steve 4 3 2 N/R 4 3 4 Avg 3.3 Comments noted Wenzel Towing has a good history in providing service to the City through the City tow contract. Burt Steve comments mentioned the apparent good contract history they have had with businesses as reflected in reference letters submitted. 2) References Wenzel 5 3 5 N/R 4 5 5 Avg. 4.5 Burt Steve 5 3 3 N/R 4 5 5 Avg 4.2 All contractor supplied business references that were checked gave good reviews of the contractor they were providing reference for. 3) Past Performance Wenzel 5 4 5 N/R 4 5 5 Avg. 4.6 Burt Steve 5 3 1 N/R 4 3 2 Avg 3.0 Comments were favorable concerning Wenzel's past performance. Some zoning compliance issues from the past and some towing issues with law enforcement were mentioned in the comments related to Burt Steve's past performance. 4) Completeness of Proposal Wenzel 4 3 5 4 4 5 5 Avg. 4.2 Burt Steve 4 2 3 3 4 5 3 Avg 3.4 Wenzel's proposal was cited as being submitted with full information and no need for additional information to be requested by the committee. Committee members cited the lack of an outside storage area plan from Burt Steve that was subsequently added following the committee site inspection. Also mentioned was the additional information needed concerning required renovations to the proposed inside storage facility that was provided following the committee's site inspection. 5) Amount and Type of Equipment Wenzel 4 3 5 4 4 5 5 Avg. 4.3 Burt Steve 4 3 3 4 4 5 5 Avg 4.0 Comments generally reflected that both firms had the required tow trucks and equipment plus additional trucks and equipment to assist in towing and recovery. All equipment appeared to be in good working order and well maintained. There were some comments that the Wenzel equipment appeared to be slightly newer. 6) Personnel Wenzel 4 3 5 N/R 4 5 4 Avg. 4.2 Burt Steve 4 3 2 N/R 4 5 4 Avg 3.6 Comments generally reflected that both firms had sufficient staffing to carry out the needs of the City contract. There were some comments regarding the Burt Steve proposal being vague on how staffing would be facilitated between the existing location and the proposed location and the total number of employees available to handle the City tow contract responsibilities. 7) Lot Location and Facilities Wenzel 5 4 5 2 4 5 5 Avg. 4.3 Burt Steve 4 2 2 3 3 4 3 Avg 3.0 Essentially, the committee's comments regarding Wenzel Towing's facility focused on the professional, organized facility that goes above and beyond the RFP's minimum requirements with additional area for storage needs that may go above the contract's minimum requirements. The Wenzel office area provides a professional image for customers who deal with them following a City initiated tow of their vehicle. Comments about the Burt Steve facility reflected that the plan as submitted and revised for the proposed facility would meet the minimum requirements for the contract specifications. There was some question concerning if the plan as submitted would provide for adequate heating and ventilation of the inside storage area without additional modifications not included in the plans. The plan submitted for the proposed office area is vague in how it would be set up, other than it would be a 10X10 space with an entrance door. 8) Lot Capacity and Potential Wenzel 4 3 5 4 4 5 5 Avg. 4.3 Burt Steve 4 3 3 4 3 5 3 Avg 3.6 Comments noted that the Wenzel lot is in place and ready to go with potential for expansion if needed. It was noted that the Burt Steve outside lot was added to the proposal following the on-site inspection; questions remained on the potential for later expansion of the proposed outside lot due to the leased status of the property rather than ownership. 9) Price Quotation Wenzel 5 3 5 4 4 5 4 Avg. 4.3 Burt Steve 3 3 4 3 4 5 3 Avg 3.6 The tables below and on the next page compare the prices quoted by Wenzel Towing and Burt Steve and Son Garage for the 2009-2012 City of Dubuque tow contract as submitted with their respective bid packages. Group 1 prices reflect the price charged for towing and storage (if any) services provided to the public, group 2 prices reflect the price charged for towing services provided for vehicles owned or leased by the City of Dubuque. Group 1: Class A Tow Fees Wenzel Burt Steve Bid Bid 1 Standard Tow (6 A.M.-6 P.M.) $45.00 $50.00 2 Night Tow (6 P.M.-6 A.M.) $55.00 $60.00 3 Dolly Fee $35.00 $32.00 4 Winching (1S half hour) $40.00 $40.00 5 Winching (After 15 half hour) $40.00 $38.00 6 Standby Time (15 half hour) $30.00 $30.00 7 Standby Time (After 1S half hour) $25.00 $25.00 8 Mileage Outside City Limits per mile $2.75 $2.50 g Show Up Fee $26.00 $20.00 10 Go .lacks $10.00 $8.00 Wenzel Burt Steve Group 1 ~ Class C Towina and/or Recovery Bid Bid 11 First Hour (per unit) $125.00 $145.00 12 After First Hour (per unit) $125.00 $145.00 Grnun 1 ~ Stnraae Fees per day Wenzel Burt Steve Bid Bid 13 Cars, pickups, motorcycles (Outside Storage) $15.00 $12.00 14 Cars, pickups, motorcycles (Inside Storage-by owner re uest $20.00 $12.00 15 Trucks, tractors, busses $30.00 $28.00 16 Truck tractor trailers $30.00 $28.00 17 After hours/holiday release charge (if any) $30.00 $30.00 Wenzel Burt Steve Grou 2: Class A Tow Fees Bid Bid Wenzel Burt Steve Grou 2: Class C Towin and/or Recove Bid Bid Comments of the committee members reflected that Wenzel Towing is less expensive for towing services and Burt Steve and Son Garage less expensive for storage services and some ancillary services. It was noted that nearly every call involves a towing fee, but not all calls would incur storage fees, and a small percentage of the City requested tows involve the ancillary charges. 10) Financial Stability Wenzel 4 4 5 4 4 5 5 Avg. 4.4 Burt Steve 4 4 3 3 4 5 5 Avg 4.0 Comments reflected that both contractors are long standing, established family businesses and the lack of any perceived financial problems. Banking firms em ployed by both businesses are reputable, local firms. Conclusion Wenzel Towing currently meets or exceeds all of the RFP/contract standards and has had an excellent performance history on past City contracts. Our evaluation has concluded that Wenzel Towing, Inc. is well suited to meet the needs and demands of the City of Dubuque towing contract and has scored higher in a side by side comparison with the other submitting contractor, Burt Steve and Son Garage, Inc. We respectfully submit for your, the City Manager, and the City Council's consideration our recommendation that the 2009-2012 City of Dubuque towing contract be awarded to Wenzel Towing, Inc. 1 Standard Tow (6 A.M.-6 P.M.) $45.00 $50.00 2 Night Tow (6 P.M.-6 A.M.) $55.00 $60.00 3 Dolly Fee $35.00 $32.00 4 Winching (1 half hour) $40.00 $40.00 5 Winching (After 1 half hour) $40.00 $38.00 6 Standby Time (1g half hour) $30.00 $30.00 7 Standby Time (After 1S half hour) $25.00 $25.00 8 Mileage Outside City Limits per mile $2.75 $2.50 g Show Up Fee $26.00 $20.00 10 Go ,lacks $10.00 $8.00 11 First Hour (per unit) $125.00 $145.00 12 After First Hour (per unit) $125.00 $145.00 ~irv ~~ ~~~uc~u~ ~o~rir~~ s~,aavic~ ~~r~~r,~c~ ~~r~ti~d~~v~a~~ ISSUING AGENCY: City of Dubuque, Iowa CONTRACTOR: Wenzel Towing, Inc., 3197 Hughes Court, Dubuque, IA 52003 The Contractor agrees to meet, maintain, and perform all services and to comply with all terms and conditions as set forth herein. The Contract shall be effective as of 12:01 A.M. July 1, 2009, and subject to the foregoing provisions herein shall continue in effect until Midnight, June 30, 2012. TECHNICAL STANDARDS The Contractor, performing as an independent contractor hereunder, shall be fully responsible for meeting the following technical standards: 1. INSURANCE AND AMOUNTS (SEE INSURANCE ATTACHMENTS A, B, AND C) 2. INDEMNITY AND HOLD HARMLESS AGREEMENT: The Contractor hereby agrees to defend, indemnify and hold the City, its officers, agents, and employees, harmless against: a. Any and all losses and liabilities for claims for personal injury, death, or property damage made against the City, its officers, agents, or employees, arising out of, or as a consequence of, any work performed under the Contract. b. Any and all expenses related to claims or lawsuits resulting from such claims, including court costs and attorney(s) fees. c. Any and all penalties and damages incurred by the City by reason of the Contractor's failure to obtain any permit and license under, or failure to comply with any applicable laws, ordinances or regulations. 3. EQUIPMENT: The following minimum equipment shall be maintained: a. Three (3) Class A wreckers of 4-ton capacity with truck GVW of 10,000 lbs., all of which shall be equipped with wheel lifts. b. One (1) Class C wrecker 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 Ib. GVW; c. One (1) car carrier with a minimum carrying capacity of 10,000 GVW (Note: May be included as part of A total); d. One (1) set of motorcycle carrying straps for each Class A Wrecker. 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. 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. g. All wreckers shall be equipped with the necessary equipment to perform emergency towing and recovery according to industry standards. All Class A wreckers 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. F~-CILITIES: 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 110 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. 2 b. The Contractor's OUTSIDE compound storage area shall be for not less than 80 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. N®TE: 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) will have security lighting and be alarmed. 3) Vehicle storage area will be located on hard surface, minimum being packed gravel. 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. The Contractor's INSIDE compound storage area shall be for not less than 30 vehicles (meeting all required specifications as outlined herein). 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) will have security lighting and be alarmed. 2) An area of inside storage will 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 3 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. Special storage requirements necessitated by special events including, but not limited to, declared emergencies or construction projects, shall be submitted for approval to the Chief of Police or designee or the City Manager or designee. g. In the event supplemental storage space is needed, the Contractor will seek approval of the site prior to its use. The standards will meet or exceed those described for inside and outside storage. 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 the 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." 4 8. 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 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. Rates and fees on the rate sheet shall not be changed except within thirty (30) days prior to the anniversary date each year of the Contract and only if approved by the City. 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. 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. 5 13. IPOl1N®E® 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. NOTIFIC,4TION: The City shall notify, by certified mail, within twenty (20) days of the date of taking an abandoned vehicle into custody, the last known registered owner and any known lien holder at the last known address that an abandoned vehicle has been taken into custody. a. If the identity of the last registered owner cannot be determined or if the registration contains no address for the owner, the City shall provide notice by one (1) publication in a newspaper published in Dubuque County, Iowa. 15. RELE,4SE OF VEHICLES ~4N® PERSON~4L 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. ®ISPOS~4L OF VEHICLES: The Contractor shall cooperate with the City to expeditiously handle all procedures for the disposal of abandoned automobiles pursuant to Iowa Code Section 321.89. The procedure for disposal shall be conducted in the following manner: (The Dubuque Police Department shall determine the means of disposal, either to a demolisher or by public auction.) a. Disposal to Demolisher: (1) The City shall mail, fax, ore-mail notice requesting bids from local demolishers. Upon receipt of bids and determination of highest bidder, the City shall issue demolition title and collect payment for vehicles from the demolisher. (2) Upon receipt of payment for vehicles, the City shall provide the Contractor with name of the demolisher who purchased vehicle. (3) The City shall then complete Iowa Department of Transportation form 411090, Abandoned Vehicle Report, and submit to the Iowa Department of Transportation. b. Disposal by Public Auction (1) Public Auction of abandoned vehicles shall be held at the Contractor's place of business. 6 (2) The Contractor shall be responsible for the auction of vehicles. The Contractor shall be compensated in accordance with Iowa Code Section 321.89(4). (3) The Dubuque Police Department shall be present at any such auction and shall issue titles for vehicles sold. The Police Department shall also collect the proceeds from the sale of vehicles. (4) Upon completion of auction, the City shall complete Iowa Department of Transportation form 411090, Abandoned Vehicle Report, and submit to the Iowa Department of Transportation. 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. 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. 20. OTHER INTERESTS: The Contractor shall not, in the performance of the Contract, favor any automobile or truck body shop, paint shop, salvage or recycling business. The Contractor hereby represents that it has no connection, association, affiliation or financial interest in any automobile or truck body shop, paint shop, salvage or recycling business. If the Contractor acquires any financial interest in such a business after the Contract has been awarded, the Contractor 7 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 the Contract. 21. COMPLIANCE WITH LOCAL, STATE, AND FEDERAL LAWS: The Contractor shall comply with all applicable local, state, and federal laws. 22. NON-ASSIGNA ILITY AND SHAREHOLDERS: The Contract shall not be assignable. 23. NONDISCRIMINATION Contractor shall not: a. Discharge from employment or refuse to hire any individual because of race, color, religion, national origin, sex, age, marital status, sexual orientation, gender identification, or disability. b. Discriminate against any individual in terms, conditions, or privileges of employment because of race, color, religion, national origin, sex, age, marital status, sexual orientation, gender identification, or disability. c. Discriminate against any individual in delivery or service because of race, color, religion, national origin, sex, age, marital status, sexual orientation, gender identification, or disability. 24. ADDITIONAL CONTRACTOR RESPONSIBILITY: Any related costs for towing and storage not specifically described in these specifications shall be the responsibility of the Contractor. 25. SPECIFICATIONS AND BID: The general specifications and the Contractor's bid, attached hereto, are incorporated herein by reference. Bid submission REQUIRES: 1) Contractor completes Contractor's Checklist verifying all contract specifications are met. 2) Contractor submits PROPOSED RATES and CHARGES (Sections I and J) together in one SEALED ENVELOPE. a) PROPOSED RATES and CHARGES submitted in SEALED ENVELOPE are opened only after the City has verified all contract specifications have been met. If it is determined the contract specifications have not been met, the proposal is rejected and the SEALED ENVELOPE remains unopened. 26. TERMINATION: The Contract may be terminated for any failure of the Contractor to comply with the material requirements hereof. In such event, the Contractor shall be given written notice 8 of the intent to terminate the Contract and the Contractor 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 Contractor fails to cure such deficiency within such time, the Contract shall stand terminated. IN WITNESS THEREOF, the parties hereto have executed this Contract. CQ~NTRA,,~TOR: ...~- , a B `". ~ Da e: _ ~ ~° o-- CITY OF DUBUQUE: Date: ~E, tF,-~~~~.~' ~f` ~-, f, . ~~~~,, 9 '. ~~~ES ~N~ C~~~~ -- ~~~U~~ 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): (VOTE: The City of ®ubuque 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 7'YP~ _ HOl1RS PRICE Standard Tow From s:oo aM to s:oo PM $ 45.00 Night Tow From 6:00 PM to s:00 AM $ 55.00 Dolly Fee $ 35.00 Winching (1 s half hour) $ 40.00 Winching (After 1S half hour) $ 40.00 Standby Time (1S half hour) $ 30.00 Standby Time (After 1S half hour) $ 25.00 Mileage Outside City Limits $ 2.75 Show Up Fee $ 26.00 Go Jacks $ 10.00 GROUP I. Class C: Towing and/or Recovery SERVICE TYPE' ~. _ PRICE _ First Hour (per unit) $ 125.00 After First Hour (per unit) $ 125.00 GROUP I. STORAGE SERVICE TYPE. _~._ PRICE Cars, pickups, motorcycles (Outside storage) $ 15.OOlday Cars, pickups, motorcycles (Inside storage - by owner request) $ 20.00/day Trucks, tractors, busses $ 30.00/day Truck tractor trailers $ 30.00/day After hours/holiday release charge (if any) $ 30.00 10 ~. ~a~~S ~~~ C~~RG~~ G~~ If 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): N®TE: 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. _ SERVICE TYPE HOURS' PRICE Standard Tow From s:oo,4M to s:oo PM $ 45.00 Night Tow From 6:00 PM fo 6:00 AM $ 55.00 Dolly Fee $ 35.00 Winching (1S half hour) $ 40.00 Winching (After 1 s half hour) $ 40.00 Standby Time (1S half hour) $ 30.00 Standby Time (After 1S half hour) $ 25.00 Mileage Outside City Limits $ 2.75 Show Up Fee $ 26.00 Go Jacks $ 10.00 GROUP II. Class C: Towing and/or Recovery SERVICE TYPE ,,, _ ~. _ ~~ e ~._ - - _. , . _ _ _a. PRICE First Hour (per unit) $ 125.00 After First Hour (per unit) $ 125.00 11 1~9SURA~ICE SCI~ED~,LE All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa. All insurers shall have a rating of A or better in the current A.M. Best Rating Guide. 2. All policies of insurance required hereunder shall be endorsed to provide a thirty (30) day advanced notice to the City of Dubuque of any cancellation of the policy prior to its expiration date. This endorsement supersedes the standard cancellation statement on the Certificate of Insurance. 3. The Contractor shall furnish Certificates of Insurance to the City of Dubuque, Iowa for the coverage required in Paragraph 7. Such certificates shall include copies of the endorsements set forth in Paragraphs 2 and 5 to evidence inclusion in the policy. The Contractor shall also be required to provide Certificates of Insurance of all subcontractors, and all subcontractors who perform work or services pursuant to the provisions of this contract. Said certificates shall meet the same insurance requirements as are required of the Contractor. 4. Each Certificate of Insurance shall be submitted to the City of Dubuque's Finance Director prior to commencement of work/service. 5. The Commercial Garage Liability policy required in Paragraph 7 shall include an endorsement naming the City of Dubuque, Iowa as an additional insured and for preserving Governmental Immunities per the attachment C (or equivalents). 6. Failure to provide evidence of minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. A Contractor's failure to obtain or maintain insurance required by this agreement shall be considered a material breach of this agreement. 7. The Contractor, subcontractors, and all sub-subcontractors shall be required to carry the following minimum insurance coverages or greater if required by law or other legal agreement: 12 Attachmehf C~ WORKERS COMPENSATION AND EMPLOYERS LIABILITY The limit of coverage for employer's liability shall be at least $100,000 each accident, $100,000 each employee by disease, and $500,000 policy limit for bodily injury by disease. Policy shall include an endorsement waiving right of recovery against City of Dubuque, Iowa. AUTOMOBILE LIABILITY: Bodily injury and property damage limit of liability: $ 1,000,000 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 Commercial garage liability shall be written on an occurrence form, not a claims made form. Coverage to include premises-operations-products-completed operations, independent contractor's coverage, contractual liability, broad form property damage, and personal injury. GARAGE KEEPERS LIABILITY: $ 100,000 Comprehensive Collision 13 CI°l 1' ®~ DtJ~~~U~, iO~IA~ ~0!/~C~Nfifi~NTAI~ Ili~~i~lNITI~S ~N®®RS~~d~N~~ ~~~~~~~e~~~ Nonwaiver of Governmental Immunity. The insurance carrier 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 insurance carrier 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 insurance carrier. 4. Non-Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier 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. Additional Insured Language The municipality, including all its elected and appointed officials, all its employees and volunteer workers, all its boards, commissions and/or authorities and their board members, employees, and volunteer workers, are included as additional insureds with respect to liability arising out of the insured's work and/or services performed for the municipality. This coverage shall be primary to the additional insureds, and not contributing with any other insurance or similar protection available to the additional insureds, whether other available coverage be primary, contributing or excess. 14