Loading...
Towing Contract Sharing - PoliceMEMORANDUM August 29, 2003 TO: FROM: SUBJECT: The Honorable Mayor and City Council Members Michael C. Van Milligen, City Manager Towing Contract The award of the City of Dubuque towing contract was previously tabled by the City Council. Based on City Council concerns from that meeting, Chief of Police Klm Wadding has spoken with the two bidders, Wenzel's Towing and Bur[ Steve and Son Garage, and is recommending that the two bidders share the three-year contract at the lower price submitted by Burt Steve and Son Garage. Original discussions with the two bidders indicated this was satisfactory to both parties. More recent discussion indicates that there might be some concerns. I concur with the recommendation and respectfully request Mayor and City Council approval. MiC, hael C. Van % Milligen MCVM/ksf Attachmeni cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser. Assistant City Manager Klm Wadding, Police Chief MEMORANDUM Date: August 28, 2003 To: Michael C. Van Milligen City Manager From: Klm B. Wadding Police Chief ' ~' '-" Re: Towing Contract - Recommendation INTRODUCTION The purpose of this memorandum is to recommend the sharing of the City of Dubuque towing contract between Burr Steve and Son Garage and Wenzel's Towing at the pricing originally submitted by Burt Steve and Son Garage and listed below. BACKGROUND Since 1991, the Dubuque Police Department has contracted its towing service through the use of a RFP (Request For Proposal) process. Each contract is three years with an optional three-year renewal upon agreement allowing for renegotiation of rates each year by the involved parties. Regarding the bid specifications, the only key changes were to update the insurance to reflect current requirements. On July 1, 2003 the City of Dubuque tow contract expired With the contract under review, the contract continues under an extension with Wenzel's Towing. On August 4. 2003 the towing contract was presented to the City Council. Two towing companies submitted proposals: Wenzel's Towing and Bur[ Steve and Son Garage. Of the two. Wenzel's Towing was initially recommended for approval based upon meeting proposal requirements with Bur[ Steve and Son Garage absent the requirement of a secured outside storage area. Due to the expense of building a security fence. Burt Steve and Son Garage would be willing to do so after receiving the contract award. After City Council discussion, the award decision was tabled asking staffto revisit the process and see what measures could be taken to secure the lower bid pricing and explore the contract allowing compliance with the RFP after the award of the contract versus the time of the award. · blSCLI'SSION Since the August 4, 2003 Council Meeting I have met with both Wenzel's Towing and Burr Steve and Son Garage. In those discussions, both parties remain interested in the towing contract. Both parties have indicated an interest in sharing the contract if no single vendor is selected. The service pricing is listed below and reflects the original pricing submitted by Burr Steve and Son Garage. Wenzel's Towing has said they would agree to the 2003 listed prices. Below is a listing of those prices in comparison to the 2000 Price List. Group I-Class A (Vehicles not owned by City Service performed as a result of a call from Police Officer) I Standard Tow W (7 A.M.- 6 P.M) S (6 A.M. - 6 P.M.) 45 43 2 Night Tow W (6 A.M. - 7 P.M.) S (6 P.M. - 6 A.M.) 55 55 3 Dolly Fee 35 35 4 Winching (ISt half hour) 35 32 5 Winching (After 1st half hour) 35 32 6 Standby Time (pt half hour) 25 20 7 Standby Time (After i st half hour) 20 20 8 Mileage Outside City Limits 2 2 9 Show Up Fee 20 25 I 0 Class C: Towing and/or Recovery - First Hour (per unit) 100 95 I I Class C: Towing and/or Recovery- After First Hour (per unit) 100 95 12 Storage: Cars, Pickups, motorcycles (Outside Storage) 10 10 13 Storage: Cars, Pickups, motorcycles (Inside Storage :- owner request) 12 12 I4 Storage: Trucks, tractors, busses 25 25 15 Storage: Truck Tractor Trailers 25 25 16 After hours release charge (if any) 25 25 Group II-Class A (Vehicles owned or leased by the City, service performed as a call from Police Officer) 17 Standard Tow W (7A.M.-6P.M) S (6 A.M. - 6 P.M.) 45 43 18 NightTow W(6A.M.-TP.M.) S (6 P.M. - 6 A.M.) 55 55 19 Dolly Fee 35 35 20 Winching (1st half hour) 35 32 21 Winching (After 1st halfhour) 35 32 22 Standby Time (1s~ half hour) 25 20 23 Standby Time (After 1st half hour) 20 20 24 Mileage Outside City Limits 2 2 25 Show Up Fee 20 20 26 Class C: Towing and/or Recovery - First Hour (per unit) 100 95 27 Class C: Towing and/or Recovery - After First Hour (per unit) 100 95 TOTAL $I,041 I $I,000 On Monday, August 25, 2003 a letter was received from Stephen J. Juergens, attorney for Wenzel's Towing (attached). Mr. Juergens states the property of Burt Steve & Son Garage located on Crescent Ridge is designated as a non-conforming use under the City's Zoning Ordinance and would be restricted ~n any future expansion or rebuilding. Steve Juergens requested this concern be made aware to the City Council. in response I visited with Laura Cartsens from Planning Services; she verifiec~ Burt Steve and Son is a non-conforming use and is "grand fathered" under the present zoning ordinance. This distinction restricts future expansion or rebuilding. · ,~,lthdu.~h future expansion is restricted, expansion does not include the placement of outside fencing and is allowed under current zoning requirements. Therefore. Bud Steve and Son Garage could erect an appropriate fence to meet the secured outside storage requirement. RECOMMENDATION Regarding the awarding of the City of Dubuque tow contract, we recommend the following: 1) 2) 3) Award a three-year contract to Wenzel's Towing and Burt Steve and Son Garage on a shared rotating basis. Burr Steve and Son Garage be given 30 days from the time of the award to comply with all contract requirements, most notably the secured outside storage and insurance requirements. The pricing list for services performed be those originally submitte~t by Bur-[ Steve and Son garage as outlined above. Regarding our tow and storage history, Jules Wenzel from Wenzel's Towing places our current vehicle storage between 90 to 120 vehicles. Bid specifications require no less than 50 vehicles for outside storage and no less than 15 vehicles for inside storage. By having two vendors sharing the contract the city doubles its storage capacity. ACTION REQUESTED City Council approval to award on a shared basis the City of Dubuque towing contract to Wenzel's Towing and Steve Burt and Son Garage for the next three years based upon the recommendations above. Attachment VEHICLE TOWING SERVICE CONTRACT ISSUING AGENCY: CONTRACTOR: City of Dubuque, Iowa Wenzel Towing Service, 275 Salina Street Dubuque, Iowa 52001 IRC. The Contractor agrees to meet. maintair~ 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. , and subject to the foregoing provisions here~n shall continue in effect until Midnight, IN WITNESS THEREOF, the parties hereto have executed this Contract. CONTRACTOR: By: Date: CITY Of DUBUQUE: By: Date: GENERAL SPECIFICATIONS FOR VEHICLE TOWING SERVICE CONTRACT SCOPE: The City of Dubuque, Iowa. requests proposals for a contract for towing and storage of vehicles impounded pursuant to section 'the City Code of Ordinances of Dubuque, Iowa, and the disposition of abandoned vehicles pursuant to section 321.89 of the Code of Iowa: together with other such towing as may be designated by the City. The term of the contract will be three (3) years. PURPOSE: These specifications are designed to ensure prompt, adequate, reasonable ane uniform cost for towing and storage services for the City and the public at the request of the City. The contractor and its employees shall be required to provide services authorized in the towing industry courteously and with the attitude that their service is an extension of the City government, and that their dealings with the public shall be carried out with the utmost respect for the citizens with whom they come into contact. GENERAL: Proposals will be considered only from firms regularly engaged in the towing business and who can produce evidence that they have an established, satisfactory record of performance for a period of one year or more, and have satisfactory financial suoport, and the required equipment and organization sufficient to ensure that they can satisfactorily execute the serv~cas if awarded a contract under the terms and conditions here~n stated. The term "equipment and organization", as used herein, shall be construed to mean a fully equipped and well established business as determined by the City of Dubuque. COMPETENCY OF CONTRACTORS: 1. The contractor must have all necessary State licenses and permits as may be required to perform the services set forth herein. The contractor must submit the names and addresses of all persons who have a financial interest in the business, including, but not limited to, individual owners, partners, limited partners, officers, directors and stockholders. The contractor must be familiar with all laws, ordinances, rules and regulations that may in any way affect the work. Ignorance on the part of the contractor with respect to an~; such laws, ordinances, rules or regulations will in no way relieve the contractor of responsibility. 4. The contractor must provide a list of at least three (3) business references including address, phone number and contact name. These references must include current contracts with other entities similar in the requirements to the City of Dubuque. An Award Committee will be established to rewew all the proposals, facilities equipment, etc. pdor to the award of the contract and will make appropriate recommendations to the City of Dubuque administration. Specific factors that will be considered by the City include, but are not limited to: Technical capability of the contractor to accomplish the scope of the work required in the Request for Proposal. 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. 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. Financial capability of the contractor to perform in accordance with the proposal requirements, evidence by the financial position and resources that assures the ability to complete the contract and prices offered. 6. The Contractor must submit to the City in as much detail as is deemed necessary, a description of how the towing service will be performed in relationship to the specific factors that will be considered by the City for award as listed in Section 5 above. The statement of qualification must be submitted with this proposal form. 7. The City of Dubuque shall have the dght to thoroughly inspect and investigate the establishment, facilities, business reputation, quality of equipment, and other general qualifications of any Contractor, and to reject any proposals, irrespective of the proposal pdce if it is determined that the Contractor is lacking in any of the essentials necessary to assure acceptable standards of performance. During the contract pedod, the City of Dubuque reserves the dght to inspect, during normal business, the facilities and all records that are related to the contract. 8. The City of Dubuque reserves the right to reject any and all proposals for any reason it determines appropriate. 9. The proposed form of contract may be amended by the City as it deems to be in the best interest of the City. 10. Once the City determines the successful bidder, the City reserves the right to negotiate the terms and conditions of the specific proposal to reach a final contract. 11. At the conclusion of the third year. the City of Dubuque and the Contractor may, by mutual agreement in writing, extend this contract for an additional three-year term. TECHNICAL STANDARDS The Contractor, performing as an indepenc~ent contractor hereunder, shall be fully responsible for meeting the following technical standards: 1. INSURANCE AND AMOUNTS (SEE ATTACHED INSURANCE SCHEDULE FOR REQUIREMENTS) 2. INDEMNITY AND HOLD HARMLESS AGREEMENT: Contractor hereby agrees to defend, indemnify and hold the City harmless against: Any and all losses and liabilities for claims for personal injury, death, or property damage made against the City 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. 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 fai lure 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 GVVV of 10,000 lbs. two 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 lb. GWN; c. One (1) car carrier with a minimum capacity of 10:000 GVVV (Note: May be included as part of A total); d. One (1) set of motorcycle carrying straps for each Class A Wrecker. 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 indicates or tends 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 communicatio~ 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. 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. FACILITIES: The Contractor shall maintain a business and storage facility within the Dubuque city limits, which storage area shall include reasonably secured short term and long term storage for 65 vehicles. The facility shall be accessible between 8 A.M. to 8 P.M., seven days per week. The fadlity 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's ma~n storage area and outside compound shall be for not less than 50 vehicle's (meeting all required spedfications as outlined herein). The Contractor shall have inside storage capacity to store not less than 15 vehicles. Vehicles which have been marked "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 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 Contract may be terminated by the City. 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. All outside storage facilities shall be enclosed with a solid wall or a substantial wire fence not less than six (6) feet in height. Requirements of fencing shall be complied with before award of the Contract. 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. 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. 5. PERSONNEL: 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 ddve 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. Each driver should 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. dean. 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 less than fifteen (15) minutes from the time that the towing firm receives a call during the day (6 AM to 6 PM), and not less 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 spec'tried time, the City shall have the dght to make other arrangements for the cell. 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 ardving 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 pdor to the ardval of the tow equipment without requiring payment of a "show up" fee to the Contractor by the ownedoperator, unless the Contractor was requested between 6:00 P.M. and 6:00 A.M. dudng which time the Contractor may collect a "show up fee" provided the Contractor's driver has left the ddver's residence and/or place of bus,ness. 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." 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 tl~e vehicle at the time of impoundment and described on the inventory list an(: 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 tbs 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: 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 pnnciple place of business of the Contractor and shall be cleady visible to the general public. 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: 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 ~s 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. 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. 13. IMPOUNDED VEHICLES: If any owner or person entitled to possession of an impounded vehicle seek to reclaim the same from the Contractor, the Contractor shall provide suCh owner or such person lawfully entitled to possession with an itemized statement of all charges relating To the impounding of such vehicle. 14. NOTIFICATION: The City 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. 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. RELEASE OF VEHICLES AND PERSONAL PROPERTY: The Contractor agrees to release a vehicle to its owner upon authorization from the City and payment of towing and storage costs by the owner. At the time of release, the Contractor shall provide the owner with a receipt, itemizing towing and storage costs. All discrepancies and settlements are the responsibility of the owner and the Contractor. 16. DISPOSAL OF VEHICLES: The 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 publication requesting ~)ids from local demolishers. Upon receipt of bids and determination of highest bidder, the City shall issue demol ition 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 and the amount paid for vehicle. (3) The Contractor shall then complete Iowa Department of Transportation form 411090, Abandoned Vehicle Report, within seven days after delivery of the vehicle to the successful bidder and retum the form to the City for approval and submission 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. (2) The Contractor shall be responsible for the auction of vehicles. The Contractor shall be compensated in accordance with Iowa Code Section 321.89 with 10% of the vehicle sale price or ten dollars per vehicle, whichever is less. (3) The Dubuque Polica 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 Contractor shall complete Iowa Department of Transportation form 411090, Abandoned Vehicle Report, within seven days of delivery of the vehicle to the successful bidder and return the form to the Police Department for approval and submission to the Iowa Department of Transportation. (5) When the Police Department receives form 411090 from the Contractor, a purchase order shall be forwarded to the City of Dubuque Finance Department for payment of towing, storage, and auction fees to the Contractor for the vehicles listed on form 411090. If the Contractor fails to complete form 411090 in the time required and the form is not submitted to the Department of Transportation as set forth in Section 761. Chapter 480.2(321 ) and 480.3(321 ) of the Iowa Administrative Code, the City shall not be responsible for payment of towing, storage, or any other fees submitted by the Contractor. 17. NON-EXCLUSIVENESS OF SERVICES: The owner or person ~n possession of any vehicle that has been involved in an accident or whose vehicle has been ~ncepadtated 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: 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. If the Contractor receives a cell beyond the Contractor's "immediate capacity" to handle. 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 qualifications required herein, including, but not limited to, equipment, personnel, and insurance. "Immediate capacity" shall be defined as c~rcumstances involving natural disasters, multiple accident scenes, extreme weather conditions, or when the Contractor's equipment has been fully extended on service for the City of Dubuque. In such cases, the Police Department dispatcher shall be so advised at the time of the cell. 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 acddent. 20. OTHERINTERESTS: 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 nas no connection, association, affiliation or financial interest in any automobile or truck body shop, paint shop, salvage or recycling bus,ness. If the Contractor acquires any financial interest in such a business after the Contract has been awarded, the Contractor shall notify the City immediately in writing. A violation of this provision during the term of the Contract shall be grounds for immediate termination of the Contract. 21. COMPLIANCE WITH LOCAL. STATE, AND FEDERAL LAWS: The Contractor shall comply with all applicable local, state, and federal laws. 22. NON-ASS IGNABILITY 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, 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, or disability. c. Discriminate against any individual in delivery or service because of race, color. religion, national origin, sex, age, marital status, 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. 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 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. CONTRACTOR TO COMPLETE ALL BLANKS: A. Office, Business Facility and Main Storage (See Technical Specification, Paragraph 4) Location: B Additional Storage Compounds: (1) (2) C. Do you have any association, connection, affiliation, or financial interest in an automobile or truck body shop, paint shop, salvage, or recycling business? (See Technical Specification, Paragraph 20) Yes No If yes: 1) Name and Address of Shop Nature of Association 2) Name and Address of Shop Nature of Association D. Type of business ownership: Sole Proprietorship Partnership Sub S Corporation Regular Corporation List all owners (See Competency of Contractors, paragraph 2): 1) 2) 3) E. Do you carry the minimum insurance required? (See Technical Specifications, paragraph 1 ) Yes No Certificate of Insurance will be required at the beginning of the contract and each anniversary thereafter. F. List at least three (3) references that you have provided towing service for during the past year on a continuous basis. (See Competency of Contractor, paragraph 4) 1) Company/City: ManagedContact: 2) Company/City: Manager/Contact: 3) Company/City: ManagedContact: G. List equipment (Type, Year, Make, Serial No., License Number) that you will make available to pen~orm this Contract, if awarded. (See Technical Specification, paragraph 3) Class Year Type of Vehicle Serial No. License No. H Statement of Qualifications: (See General Specifications, Competency of Contractor. paragraphs 5 and 6.) Attach additional sheets as necessary I. List your proposed rates and charges (Prices must remain firm for the first year of the Contract. Any fee or change of charges 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. GROUPI. 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 which are included inGroup II. GROUP I. CtassA PRICE Standard Tow ........... Hours ....... $ Night Tow ................. Hours ....... $ Dolly Fee ...................................................... $ W~nching (1 st half hour) ................................ $ Winching (After 1st half hour) ......................... $ Standby Time (1st half hour) .......................... $ Standby Time (After 1 st half hour) ................. $ Mileage Outside City Limits ........................... $ Show Up Fee ................................................. $ Go Jacks/Dollies ............................................ $ GROUP I. Class C: Towing and/or Recovery PRICE First Hour (per unit) ........................................ $ After First Hour (per unit) ............................... $ GROUP I. STORAGE Cars, pickups, motorcycles (Outside storage) ............. $ PRICE Cars. pickups, motorcycles (inside storage-by owner request)..$. Trucks. tractors, busses ................................. $ Truck tractor trailers .................................... $ After hours release charge (if any) ................ $ J. PROPOSED RATES AND CHARGES: (Prices must remain firm for the first year of the Contract. Any fee or change of charges may be negotiated thirty (30) days on or before the anniversary date each year) NOTE: The City of Dubuque does not guarantee or ~mply any specific number of tows, etc. that will occur dudng the life of this Contract. GROUP I1: City employee. GROUP II. CLASS A. Standard Tow ........... Hours Night Tow ................. Hours Rates for Group II apply to those vehicles that are owned or leased by the City, but service performed as a result of a call from a City Police Officer or PRICE Dolly Fee ..................................................... $ Winching (1st half hour) ................................. $ Winching (After lsl half hour) ......................... $ Standby Time (1st half hour) .......................... $ Standby Time (After 1st half hour) ................. $ Mileage Outside City Limits ........................... $ Show Up Fee ................................................ $ GROUP II CLASS C. Towing and/or Recovery First Hour (per unit) ....................................... $ After First Hour (per unit) .............................. $ PRICE INSURANCE SCHEDULE All policies of insurance required hereunder shall be with an insurer authorized to do busir~ess in Iowa. All insurers shall have a rating of A or better in the current A.M. Best Rating Guide. 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. 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 ~n 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. Each Certificate of Insurance shall be submitted to the Police Department pdor to commencement of work/service. AI policies of insurance required in Paragraph 7 shall include the City of Dubuque, Iowa under the attached Additional Insured Endorsement (CG2026) and the attached Governmental Immunities Endorsement. 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. The Contractor, subcontractors, and all sub-subcentractors shall be required to carry the following minimum ~nsurance coverages or greater if required by law or other legal agreement: WORKERS COMPENSATION AND EMPLOYERS LIABILITY: The limit of coverage for employer's liability shall be at least $100, O00 each accident, $100,000 each employee by disease, and $500,000 policy limit for bodily ~njury 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 $ Products-Completed Operation Aggregate Limit $ Personal and Advertising Injury Limit $ Each Occurrence Limit $ Fire Damage Limit (any one occurrence) $ Medical Payments $ 2,000,000 1,000,000 1,000,000 1,000,000 50,000 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 contractors coverage, contractual liability, broad form property damage, and personal injury. GARAGE KEEPERS LIABILITY: Comprehensive Collision $ 100,000 CITY OF DUBUQUE, IOWa GOVERNMENTAL IMMUNITI ES ENDORSEMENT Nonwaiver of Governmental Immunity. The insurance cerner 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. Claims Coverage. The insurance cerner 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. 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. 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. POLICY NUMBER COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person Or Organization: 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. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule as an ~nsured but only with respect to liability arising out of your operations or premises owned by or rented to you. Copyright. Insurance Services Office. Inc. 1994 CG 20 26 11 85 MEMORANDUM August29,2003 TO: FROM: Klm Wadding, Police Chief Laura Carstens, Planning Services Manager SUBJECT: Correspondence regarding Towing Contract At your request, I have reviewed the letter dated August 22, 2003 from Stephen Juergens, attorney for Wenzel Towing, regarding the towing contract award pending before the City Council. Butt Steve & Son Garage is a lawful non-conforming use in an R-1 Single Family Residential District, and so is ~grandfathered" under the City's Zoning Ordinance. Mr. Juergens has referred to the appropriate sections of the Zoning Ordinance relative to non-conformities. I would agree with him that any enlargement, increase or extension of the use is prohibited at this location under its present R-1 zoning classification. Burr Steve & Son Garage would be allowed to install a fence around the vehicle storage area under the zoning regulations. The installation of a fence around the existing vehicle storage area is not an expansion of+he use, because it does not involve a greater area of land than is presanfly used. Please contact me if you require additional information or have any questions. cc ./~ichael Van Milligen, City Manager Lay, Offices Of' lCUERSTE~ CAREW~ COYLE, JUERGENS & SUDMEIER, P.C. 200 SECURITY BUILDING 151 WEST BTH STREET DUBUQUE. IOWA 52001-6832 WILLIAM C. FUERSTE ALLAN J CAREW MICH^EL J COYLE STEPHEN J. JUERGENS August 22. 2003 '563~ 5564011 TELECOPIER: (5631556-7~ 34 maihb~fccls con: WRITER'S DIRL'£W E-MAIL ADDRESS si u cr eon suhllzcis.com Chief Klm Wadding City of Dubuque Police Department Dubuque Law Enforcement Center Dubuque. IA 52001 Re: City Towing Contract Dear Chief Wadding: As you know, we represent Wenzel Towing of Dubuque. You and the City Manager previously recommended to the Council that Wenzel Towing be awarded the next City Towing, Contract. At a recent City Council meeting, the Council directed you to look into the possibility of splitting the City of Dubuque Towing Contract into two (2) contracts. The only other towing service which responded to the City's request for proposals was Burl Steve & Son Garage. 3366 Crescent Ridge, Dubuque, lowa. According to the City's Zoning Office. the Steve property on Crescent Ridge is a non-conforming use under the City's Zoning Ordinance. Under Section 4-6.2(C) of the Zoning Ordinance. a lawful non-conforming use may not be enlarged, increased, or extended so that a ereater area of land is occupied than was occupied at the time of the adoption of the Zoning Ordinance. No additional structures or additions to structures existing at the time of the adoption of the Ordinance ma3 be constructed on the same zoning lot. Further. the lawful non-conforming use may not be moved or re-located in whole or in part to any other portion of the zoning tot on which it is located than that portion occupied at the time of the adoption of the Ordinance. Finally, if any lawful non-conforming use ceases for any reason for a period of more than ninety (90) consecutive days, any subsequent use of the land must conform with the terms of the Zoning Ordinance. FUERSTE, CAREW, COYLE, JUERGENS & SUDMEIER, P.C. Chief Kim Wadding Page 2 August 22. 2003 Under Section 4-6.6, where non-conforming status applies to a use and structure in combination, the removal or destruction of the structure by more than seventy-five percent (75%) of its replacement cost at the time of destruction prohibits the re- establishment of non-conforming use ~n any case. except for certain residential structures. It seems odd to our client that the City would consider entering into a lon~-term contract with a towing company that cannot expand or rebuild at its current location. Mr. Wenzel requests that you notify the City Council of the non-conforming status of Steve's current use. Mr. Wenzel wi-ll contact you directly regarding the other issues raised by the City Council. Very truly yours. FUERSTE. CAREW. COYLE. JUERGENS & SUDMEIER. P.C. SJJ:kad BY: STEPHEN J. JUERGENS