HomeMy WebLinkAboutResolution - 2011-R0274 - Contract - Wrecker And Tow Truck Service - Wrecker And Tow Services - 06/23/2011Resolution No. 2011—RO274
June 23, 2011
Item No. 5.14
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 10143 for wrecker and
tow truck services, by and between the City of Lubbock and Wrecker and Tow Truck
Service d/b/a Lubbock Wrecker Service, Lubbock, Texas, and related documents. Said
Contract is attached hereto and incorporated in this resolution as if fully set forth herein
and shall be included in the minutes of the City Council.
Passed by the City Council on June 23, 2011
TOM MARTIN, MAYOR
ATTEST:
Rebe ea Garza, City Secre ry
APPR 'ED AS TO CONTENT:
r
Roger llis, Chief of Police
APPROVED AS TO FORM:
i
Chad Weaver, Assistant City Attorney
sj:ccdocs/RES.Contraet-Lubbock Wrecker Service
June 8, 2011
Resolution No. 2011—RO274
CONTRACT NO. 10143
City of Lubbock, TX
Contract for Services
For
Wrecker and Tow Truck Services
RFP 11 -10143 -DG
TATS CONTRACT, made and entered into this 23`d day of June, 2011, pursuant to a resolution heretofore
adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and
Lubbock Wrecker Services(" Contractor").
Whereas, the City desires to provide safe dependable vehicle towing and storage services for all
occasions in which the City must arrange for the towing of vehicles, either owned by the City or for
members of the public
Whereas, the City has negotiated with the Contractor and the governing body of the City
believes it would be in the best interest and safety of the citizens of the City to enter this agreement
with the Contractor: NOW THEREFOR:
THAT for and in consideration of the amount of ONE HUNDRED SEVENTY FOUR
THOUSAND SIX HUNDRED AND NO/100 ($174,600.00) payment of which amount shall be made
to the City in accordance with the conditions and covenants hereinafter set forth, the parties hereto
agree as follows:
This RFP is to establish for a period of one year a firm total dollar amount to be paid monthly
to the City of Lubbock for wrecker and tow truck services from one tow truck company. The contract
may be extended annually for up to four (4) additional one (1) -year periods under the same terms and
conditions of the original contract. Contract extension will occur upon mutual agreement of the City of
Lubbock and the Contractor.
WITNESSETH:
1. DEFINITIONS. For purposes of this Contract, the following words, terms and phrases
shall have the following meanings:
a) "Abandoned vehicle" means a vehicle that meets the legal criteria, as determined by
the Chief of Police to be declared an abandoned vehicle under the state and local
laws and regulations regarding abandoned vehicles.
b) "Impounded vehicle" means a vehicle whose driver has been arrested, an illegally
parked vehicle, a vehicle that is a traffic hazard, or a vehicle that is taken into
custody during the investigation of a crime.
C) "Accident disabled vehicle" means a vehicle damaged as a result of an accident
which is incapable of safe or legal operation and is required by a law enforcement
officer to be removed from public or private property
d) ".Mechanically disabled vehicle" means a vehicle which is inoperable due to
equipment failure and which must be removed from public right-of-way at the
request of the Chief of Police
e) "Chief of Police" means the chief of Police of the City or his designated
representative.
f) "Good working conditions" means wreckers and equipment required to conduct
tows must be free from mechanical defects with particular reference, but not limited
to, lights, brakes, tires, and steering apparatus.
g) "Payment method" means method in which an owner/operator shall be permitted to
pay the operator of the tow truck the towing fee. Owner/Operator shall be allowed
to make payment with cash or credit card.
2. COMPLIANCE WITH LAWS. Contractor agrees to and shall comply with all applicable
federal, state and local laws in the performance of his duties under this Contract.
3. AMENDMENT. This Contract may not be amended except by mutual agreement of the parties
hereto expressed in writing.
4. WAIVER. The exercise of any remedy provided for by this Contract does not waive or exclude
any other remedy available to a party at law.
5. ASSIGNMENT/ SUBLETTING. Except as herein authorized, it is understood and agreed that the
Contractor shall not assign, sublet or transfer any of the Contractor's rights or duties under this
Contract without the express written approval of the Chief of Police.
6. SEVERABILITY. In the event that any provision of this Contract shall be determined to be illegal
or unenforceable for any reason, the remainder of this Contract shall remain in full force and effect
as if said illegal or unenforceable provision were not contained in the Contract; provided, however,
that if severance of the illegal or unenforceable provision materially alters the obligations of the
Contractor under this Contract, the City may, at its option, terminate this Contract by providing
written notice to the Contractor.
7. PERFORMANCE BOND. At the time of execution of this Contract, Contractor shall provide
the City with a performance bond in the amount of Twenty Thousand Dollars ($20,000.00)
guaranteeing the good and faithful performance of this Contract. Legal action to collect such bond
shall not preclude the City from exercising any other legal remedy that it may have to make itself
whole.
8. INDEMNIFICATION. The contractor shall indemnify and hold the City, its officers and
employees harmless from any and all claims for damages or other liability of any nature whatsoever
arising from performance of this Contract by the Contractor.
9. INSURANCE. The Contractor shall procure and maintain in force at all time during the term of
this Contract policies of insurance in at least the minimum amounts required by the laws of the
State of Texas and by this Contract, and all such policies of insurance shall name the City as an
primary additional insured
SECTION A. Prior to the approval of this contract by the City, the Vendor shall furnish a
completed Insurance Certificate to the City, which shall be completed by an agent authorized to
bind the named underwriter(s) to the coverages, limits, and termination provisions shown thereon,
and which shall furnish and contain all required information referenced or indicated thereon. THE
CITY SHALL HAVE NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL
SUCH CERTIFICATE SHALL HAVE BEEN DELIVERED TO THE CITY.
INSURANCE COVERAGE REQUIRED
SECTION B. The City reserves the right to review the insurance requirements of this section
during the effective period of the contract and to require adjustment of insurance coverages and
their limits when deemed necessary and prudent by the City based upon changes in statutory law,
court decisions, or the claims history of the industry as well as the Vendor.
SECTION C. Subject to the Vendor's right to maintain reasonable deductibles in such amounts as
are approved by the City, the Vendor shall obtain and maintain in full force and effect for the
duration of this contract, and any extension hereof, at Vendor's sole expense, insurance coverage
written by companies approved by the State of Texas and acceptable to the City, in the following
type(s) and amount(s):
TYPE
Commercial Genera Liability Insurance:
Garage Keepers Liability Insurance:
AMOUNT
$1,000,000 (Combined Single Limit)
$ 1,000,000 (Combined Single Limit)
Workers' Compensation and Employers Liability Insurance:
Contractor shall elect to obtain workers' compensation coverage pursuant to Section 406.002 of the
Texas Labor Code. Further, Contractor shall maintain said coverage throughout the term of this
Contract and shall comply with all provision of Title 5 of the Texas Labor Code to ensure that the
Contractor maintains said coverage. Any termination of workers' compensation insurance
coverage by Contractor or any cancellation or non -renewal of workers' compensation insurance
coverage for the Contractor shall be a material breach of this contract. The contractor may
maintain Occupational Accident and Disability Insurance in lieu of Workers' Compensation. In
either event, the policy must be endorsed to include a waiver of subrogation in favor of the City of
Lubbock.
ADDITIONAL POLICY ENDORSEMENTS
The City shall be entitled, upon request, and without expense, to receive copies of the policies and
all endorsements thereto and may make any reasonable request for deletion, revision, or
modification of particular policy terms, conditions, limitations, or exclusions (except where policy
provisions are established by law or regulation binding upon either of the parties hereto or the
underwriter of any of such policies). Upon such request by the City, the Vendor shall exercise
reasonable efforts to accomplish such changes in policy coverages, and shall pay the cost thereof.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and
certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the
following required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as primary
additional insureds, (as the interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change;
c. Provide for notice to the City at the address shown below by registered mail
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers,
employees, and elected representatives for injuries, including death, property damage, or any
other loss to the extent same may be covered by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care
together with the indemnification provision, shall be underwritten by contractual liability
coverage sufficient to include such obligations within applicable policies.
C All copies of the Certificates of Insurance shall reference the project name or bid number
for which the insurance is being supplied.
10. TERMINATION. The failure of the Contractor to comply with any provision of this Contract
shall constitute an event of default. The Contractor shall cure any default not later than five (5)
calendar days following notice of default from the Chief of Police. In the event that the Contractor
fails to cure the default within the stated period, the City may terminate this contract by delivering
written notice of termination, which will become effective upon such date as is set forth therein, but
in no case earlier than seventy-two (72) hours after delivery of the notice of termination to the
Contractor. Notwithstanding the foregoing, the City shall also have the right at any time to
terminate this Contract without cause upon one hundred and eighty (180) days written notice to the
contractor. The Contractor shall be entitled to compensation only for services actually performed
prior to termination.
11. CONTRACTOR'S RECORDS AND REPORTS. The Contractor will maintain a complete and
updated record file of all vehicles towed pursuant to this Contract. The Chief of Police may audit
all records and conduct inventories, inspections, and other assessments of vehicles, facilities and
records at any time. The Contractor further agrees to give full cooperation to the Chief of Police
and to provide such information as may be required by him. Furthermore, the Contractor will be
responsible for any additional documentation and reports as may be required by the Chief of Police
from time to time during the term of this agreement. However, the Contractor shall not collect or
disseminate information determined by the Chief of Police as unnecessary for the performance of
this Contract. Failure to allow inspection or audit, submit reports or records, falsification of
records or reports, or the collection of or dissemination of information not necessary for the
performance of this Contract, shall be grounds for termination of this Contract. The Contractor
shall retain and maintain all business records relating to his Contract not less than three (3) years.
12. _REQUIREMENTS OF EMPLOYEES. The Contractor hereby authorizes the Chief of Police to
conduct a background investigation, including a criminal history check, to determine the suitability
of Contractor and Contractor's employees to perform services under this Contract. Pursuant to this
requirement, the Contractor and each of his employees who perform such duties or services shall,
upon execution of this Contract, execute a background investigation release on forms provided by
the Chief of Police. The Chief of Police may require the Contractor and/or the Contractor's
employees to be fingerprinted and provide information sufficient to conduct a complete background
investigation. The Contractor hereby agrees that any employee who will not submit the required
information and release and information on any new employee within ten (10) calendar days after
hiring such new employee. The Contractor agrees to honor all requests of the Chief of Police that a.
particular employee not assigned duties under this Contract.
13. PROFESSIONAL APPERANCE. The Contractor agrees that all contacts with the public shall be
handled in a courteous and professional manner and that the Contractor and his employees shall
maintain a neat appearance at all times. Employees of the Contractor shall wear a uniform, in good
repair, which identifies them as employees of the Contractor. The uniform to be used must be
approved by the Chief of Police.
14.CONTRACTOR'S FACILITIES/HOURS OF OPERATION. The Contractor shall provide
adequate office space and storage facilities within one mile of the city limits for storage of towed
vehicles, which vehicles shall be secured against theft and vandalism. The Contractor shall be
responsible for all vehicles and their contents while they are under his custody and control.
The Contractor shall pay any claims from vehicle owners of they or vandalism within
ten (10) days or else advise the individuals who assert that their vehicles or the contents
contained therein have been stolen or vandalized that they may file a written claim with
the Chief of Police for damages if the amount claimed does not exceed $1,000. The
Contractor shall also post a conspicuous notice on the premises of his storage facilities
that vehicle owners have this right. Upon receipt of a claim not exceeding $1,000, the
Chief of Police shall appoint three (3) residents of Lubbock County, Texas, to
investigate such claim. No more than one of these appointees shall be a law
enforcement officer. If they desire, the appointees may conduct a hearing to determine
the validity of the claim. At such hearing, the vehicle owner will prevail if he proves to
the satisfaction of a majority of the individuals conducting the hearing that the theft of
vandalism occurred while his vehicle was in the Contractor's custody. The vehicle
owner need not prove that the contractor was negligent in allowing the theft or
vandalism to occur. The individuals conducting the hearing, in their discretion, may
reduce the amount of a claim awarded. The decision of the individuals conducting the
hearing shall be final, and both the Contractor and vehicle owner must agree in writing
prior to commencement of the hearing that they will abide by such decision.
The Contractor shall not permit alcoholic beverages to be possessed or consumed by any
person at the Contractor's storage facilities any time. The Contractor shall confine
guard dogs and any other animals at the storage facilities in such a manner that they are
not in view and do not have access to customers or City representatives conducting
business at such facilities during hours in which Contractor is open for business. The
Contractor shall be able to provide proof of current rabies vaccinations for all animals
on the premises.
The Contractor shall not knowingly allow unauthorized persons to enter the impound area of the
storage facilities. The Contractor shall provide reasonable accommodations of the owners of
vehicles and to authorized agents of the owners, which shall include a clean, furnished, public
waiting area inside the office area of the facilities. Also, reasonable access to the vehicles shall be
provided to owners and to authorized agents of the owners.
The Contractor shall be required to have an attendant available at the storage facilities for the
release of vehicles from 8 a.m. until 11 p.m. Monday through Saturday each week and from 8 a.m.
until 5 p.m. on Sunday. The Contractor shall be required to have an attendant available to come to
the facilities for vehicle releases within one (1) hour of notification at all other times.
The Contractor shall be responsible for the upkeep, maintenance and cleanliness of the facilities,
including removal of debris and garbage. Grass and weeds on the premises will be kept trimmed to
less than six (6) inches in height. Contractor shall immediately clean the premises and effect any
repairs to the same when requested by the Chief of Police.
The Contractor shall provide all necessary office equipment and furniture and shall provide and be
responsible for all utilities, including telephone, water and electric service. A clean and sanitary
restroom shall be maintained for customers conducting business at the facilities.
The Contractor's storage facilities must provide a minimum of 350 spaces for vehicles stored
pursuant to this Contract. In addition, the Contractor shall provide a minimum of 150 or more
spaces separate and apart from the other required spaces for the purpose of storing and auctioning
abandoned vehicles. Spaces shall be large enough to allow vehicles to be stored at least three (3)
feet apart and arranged to accommodate safe and prompt removal upon request. Should the
Contractor's storage facilities be filled to capacity, the Contractor hereby agrees to move vehicles
not being stored pursuant to this Contract to other locations.
15. SERVICES TO BE PERFORMED BY THE CONTRACTOR. The Contractor shall tow and
store all vehicles designated by the chief of Police in a safe and secure manner so as to avoid
damage to the vehicles or danger to any motorists, pedestrians or Contractor's employees. The
Contractor shall respond to all tow requests from the Chief of Police within thirty (30) minutes of
receiving such requests unless otherwise specified in this agreement.
The Contractor agrees to stand ready to ably, professionally and promptly respond to any and all
tow requests made by the Chief of Police regardless of the time of such requests or the number of
such requests. The Chief of Police reserves the right to use tow trucks owned by other towing
services should the Contractor be unable or unwilling to respond to a tow request by the Chief of
Police in a timely manner. Should it be necessary for the Chief of Police to utilize another towing
service for any reason other than severe weather, disaster or some other reason beyond the
reasonable control of the Contractor, the Chief of Police may instruct such other towing service to
tow and deliver the vehicle to the Contractor's storage facilities. Upon completion of delivery, the
Contractor shall immediately pay the other towing service's customary charges for the services
performed, take possession of the vehicle, and perform all obligations in regard thereto as though
the Contractor had made the tow. The Contractor hereby agrees to make his storage facilities
available at all times to any substitute towing service utilized by the Chief of Police pursuant to the
terms of this section.
In responding to tow request from the Chief of Police, the Contractor shall use authorized vehicles
and equipment, which he owns or leases unless such vehicles and equipment are not available for
use. In such event, the Contractor may then use authorized vehicles and equipment from other
towing services pursuant to agreements he may have with such other services, provided the vehicles
and equipment comply with all state, federal and local laws, rules and regulations necessary to
perform such tows and the requirements of the Agreement.
Neither the City nor the owner of a towed vehicle shall be required to pay any additional fees or
charges when the Contractor utilizes another towing service, and the Contractor shall pay such
other service not less than seventy-five percent (75%) of the towing and equipment charges
required by this agreement. Furthermore, the Contractor shall ensure that all other towing services
whose vehicles and equipment are utilized by the Contractor under this section comply with the
following requirements:
a) Every tow truck which is utilized for the benefit of the contractor shall contain
magnetic or other signs on each side of the vehicle approved by the Chief of Pofice
and which lezibly identifies the contractor, his phone number and that the tow is
being performed for him.
b) Every vehicle towed by another towing service shall be delivered to the Contractor's
storage facility unless otherwise designated by the vehicle owner to the Chief of Police.
Before a tow is performed by another towing service on behalf of the Contractor, the
operator of the tow truck must provide written notice to the owner of the towed vehicle
and a law enforcement officer, if present, of the contractor's name, storage facility
address and telephone number.
c) The Chief of Police must receive advance notice that a tow will be performed by a
towing service other than the Contractor.
The Contractor acknowledges that the owner or person in lawful possession of any vehicle
which has been damaged or incapacitated shall have the right to call the towing service
of his or her choice unless a law enforcement officer on the scene directs the Contractor
to tow the vehicle because of public safety or time -or -response concerns. Further, the
owner of person lawfully in charge of the vehicle at the place of accident or place of
incapacity shall be given the opportunity to have the vehicle towed to a location other
than the Contractor's storage facilities.
The Contractor shall provide for towing and storage of vehicles and trailers removed from public or
private property at the request of the Chief of Police at a rate not greater than the applicable rates
specified in this Contract.
The Contractor agrees that neither he nor his employees shall solicit personal business from the
owners of vehicles stored at the Contractor's facilities.
The Contractor is prohibited from selling or storing parts, dismantling vehicles, or performing any
work on private vehicles at his storage facilities. However, storing parts for and doing repair work
on vehicles used for towing in furtherance of the provisions of the Contract shall be permitted.
The Contractor shall immediately notify the Chief of Police of any unclaimed property removed
from any vehicle at the time of its release from the storage facilities, and the Contractor shall
immediately notify the Chief of Police if the Contractor believes that a vehicle contains stolen
property.
The Contractor shall maintain in good operating conditions at all times during the term of this
Contract a service fleet of at least eight (S) Class I wreckers, as that term is defined in the City
Code of Ordinances, with at least four (4) being of the rollback type. The remaining tow trucks
must be designed to tow a vehicle without placing stress on the body or frame of the towed vehicle.
Sling -type towing devices shall not be used. The contractor agrees to tow all vehicles in
accordance with the manufacturer's recommendation for the particular make and model. All tow
trucks shall be in compliance with all applicable laws and ordinances at all times.
Notwithstanding the foregoing paragraphs in this section, the Contractor shall not be required under
the Agreement to tow or store any vehicle which requires a Class II tow truck, as that term is
defined in the City Code of Ordinances.
16. ABANDONED VEHICLES. The Contractor shall remove, preserve and store any and all
abandoned vehicles upon written request of the Chief of Police. Such vehicles shall be removed by
the Contractor within twenty four (24) hours after the Contractor receives the written request for
removal, preservation and storage.
The Contractor shall not remove an abandoned vehicle from the storage facilities, return such
vehicle to its owner, or in any way settle charges or claims with a vehicle owner without prior
written consent of the Chief of Police.
The Contractor shall make his storage facilities available a minimum of one (1) Saturday each
month for an abandoned vehicle auction to be conducted by the Lubbock Police Department. The
storage facilities shall be under "Exclusive Control" to the Lubbock Police Department during the
auction. The storage facilities shall be at the minimum 10 x 14, structure with heating and air
conditioning satisfactory to the Lubbock Police Department. The Contractor will honor all
reasonable request by the Chief of Police intended to ensure that such auctions are conducted in the
fairest possible manner. The Chief of Police alone shall determine the exact order in which
abandoned motor vehicles will be auctioned. Contractor agrees, without additional charges, to
position abandoned vehicles as directed by the Chief of Police to facilitate the auction. The
Contractor shall not be entitled to receive any money from the sale at auction of any vehicles
removed, preserved or stored pursuant to this Contract, except this restriction shall not apply to
vehicles deemed abandoned by law because they were left for more than ten (10) days in the
Contractor's storage facilities after proper notice was given, or to motor vehicles stored pursuant to
Contracts for storage entered into between a vehicle's owner and the Contractor.
17. PAYMENT TO THE CITY. For as long as this agreement remains in effect, Contractor agrees to
annually pay the city the amount of $ 174,600.00 as follows:
The Contractor shall pay the City in twelve (12) equal monthly installments. The first installment
shall be paid on the first day of the month after execution of this contract and each subsequent
payment shall be due upon the same day of each succeeding month. Any amounts owed to the
Contractor by the City under this Contract shall first be deducted from the monthly installment due.
In the event that the City owes the Contractor more than the monthly installment due, the
Contractor may bill the City pursuant to the terms of this Contract. Failure of the Contractor to pay
any installment at the specified time shall be deemed a breach of this Contract and the remaining
installments shall immediately become due. The Contractor agrees that no payments shall be
returned to the Contractor in the event of his default.
1$. CONTRACT TERM. The term of this Contract shall be for a period of one (1) year with the
option to extend for four (4) additional one (1) year periods from the date of execution.
This Contract shall automatically terminate if the amount owed by the City to the Contractor
exceeds $ 174.00 for the Contract term.
19. NOTICES. Notices will be in writing by certified mail or hand delivered to a person authorized to
receive notices by each party..
20. BILLING PROCEDURES. The Chief of Police shall have the right to cancel a request for
towing services, and no charge made to the City or the owner/operator of the vehicle when a
request is cancelled. In the event that an owner/operator of a vehicle arrives at the location of the
vehicle after it has been lifted by contractor's tow truck, the owner/operator shall be permitted to
pay the operator of the tow truck the towing fee permitted by this Contract and receive custody of
the vehicle. Should the owner/operator be unable or unwilling to pay the towing fee, the vehicle
shall be towed to the Contractor's storage facilities
The Contractor may charge waiting time after the first hour that a tow truck spends at the location
of a towing assignment, provided that the Contractor has remained available to commence the tow
during that entire time period.
No charges, fees or costs other than those specified in the Contractor's bid and in this Contract may
be charged for towing services requested by the Chief of Police. The Contractor will bill the City
for services performed in connection with vehicles owned or leased by the City at the same rates as
are provided herein for such service on a monthly basis.
Any vehicle towed or stored pursuant to this Contract will be released without towing or storage
fees upon written authorization from the Chief of Police.
THE PARTIES AGREE THAT THE CITY SHALL HAVE NO OBLIGATION TO THE
CONTRACTOR FOR CHARGES INCURRED IN CONNECTION WITH WRECKER
SERVICES FOR VEHICLES TOWED AT THE CITY'S REQUEST OTHER THAN: (1)
VEHICLES OWNED OR LEASED BY THE CITY; (2) ABANDONED VEHICLES; AND (3)
JUNKED VEHICLES. THE CONTRACTOR MUST SEEK PAYMENT FOR ANY TOWS OR
TOWING SERVICES NOT SPECIFICALLY DESCRIBED IN THIS PARAGRAPH SOLELY
FROM THE OWNER OF PERSON RESPONSIBLE FOR EACH SUCH VEHICLE.
All invoices for towing city -owned or leased vehicles shall be consecutively numbered and sent to a
person or persons designated by the Chief of Police to receive such invoices. The Contractor will
give a detailed receipt containing an itemized listing of all charges to persons whose vehicles are
towed.
21. CHARGES BY CONTRACTOR. The Contractor agrees that the following charges will be
the maximum charged for services performed pursuant to this Contract:
a) Impounded vehicles and accident disabled vehicles:
1) Towing Charge
2) Dollies
3) Supplemental charges
4) Impound Fee
5) Notification Fee
6) Storage Fees
7) After hours release
8) Vehicle Custody Fee
$75 per accident disabled vehicle
$55 per impounded vehicle
$15 per vehicle*
One-half of the actual towing charge**
$20 (unless Texas law requires a
different amount)
$35 one-time fee (unless Texas law
requires a different amount)***
$10 per impounded vehicle (per day)
$15 per accident disabled vehicle (per day)
$30 per vehicle (unless prohibited by
Texas law)****
$35 fee for Owner/Operator to gain custody of
vehicle after tow truck is on the scene*****
* To charge a dolly fee, the vehicle must be removed from the location where it was impounded
or disabled on dollies.
** Beginning one (1) hour after his arrival at the scene of a tow, contractor may assess such
charges for each thirty (30) minute interval that he is required to remain at the scene in order
to safely and properly discharge his obligations under this Agreement. However,
supplemental charges may not be assessed if delay in towing a vehicle is due to time expended by
the Contractor preparing to tow other vehicles.
** A letter fee may not be charged until after twenty-four (24) hours from the time of the tow.
**** Applies to released at all hours when an attendant is not required to be on the premises of the
Contractor's storage facilities.
***** Owner/Operator shall be allowed to make payment with cash or credit card to gain custody
of vehicle (refer to payment method under definitions).
b) Abandoned vehicles $30 per vehicle total fee
c) City vehicles $30 per vehicle total fee
d) Mechanically disabled $40 per vehicle/$7.50 per day storage
vehicles
All loss or damage sustained by the Contractor and arising out of the nature of the work to be
performed under this Contract, or from unforeseen circumstances, unusual obstructions or
difficulties which may be encountered in the prosecution of such work, shall be borne by the
Contractor at his own cost and expense.
22. FUEL SURCHARGE. During the term of this Contract, the Contractor may add a Fuel
Surcharge described herein. The Fuel will be calculated using the daily Transport Load Pricing
Fuel Rack Price (hereinafter referred to as "Rack Price") as furnished to the City and the
Contractor by the City's contracted fuel supplier on the last business day prior to the day of
service. No Fuel surcharge shall be added when said Rack Price is one dollar and twenty-four
cents ($1.24) or less. The contractor may add a Fuel Surcharge of one dollar and fifty cents
($1.50) for each twenty-five cent ($0.25) increase in the Rack Price over one dollar ($1.00).
Such Fuel Surcharge may be added to the towing charge for impounded vehicles and accident
disabled vehicle.
23. This Contract shall be governed by the laws of the State of Texas and it is performable entirely
within the boundaries of Lubbock County, Texas
IN WITNESS WHEREOF, this Agreement is executed as of the Effective Date.
CITY OF LUBBOCK, TX
Torn Martin, Mayor
ATTEST
Reb cca Garza, City Secr
APP OVED AS TO CONTENT:
r
� AV, , "( /" -
Roger E is, Chief of Police
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
CONTRACTOR
Name
Tit e