HomeMy WebLinkAboutResolution - 2001-R0276 - Contract For Wrecker Services - Lubbock Wrecker Service Of Lubbock - 06/26/2001Resolution No. 2001-RO276
June 26, 2001
Item No. 44
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, a Contract for wrecker
services, between the City of Lubbock and Lubbock Wrecker Service of Lubbock, TX.,
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 this 26th day of June , 2001.
ATTEST:
1
Rebecca Garza
City Secretary
APPROVED AS TO CONTENT:
Victor Kilman
Purchasing Manager
APPROVED AS TO FORM:
William de Haas
Contract Manager/Attorney
Dh/CcdocsiWrecker Services.res
June 11. 2001
WRECKER SERVICES CONTRACT
STATE OF TEXAS §
COUNTY OF LUBBOCK §
This Contract is entered into by and between the
called "City," and Lubbock Wrecker Service, Inc., herein
5th day of August , 2001, upon the following
expressed herein.
Resolution No. 2001-RO276
June 26, 2001
Item No. 44
City of Lubbock, herein
called "Contractor," this
terms and conditions as
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; and
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 THEREFORE:
THAT for and in consideration of the amount of ONE HUNDRED TWENTY
THOUSAND AND NO/100 DOLLARS ($120,000.00), 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:
WITNESSETH:
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) "Junked vehicle" means a vehicle that meets the legal criteria,
as determined by the City's Zoning Board of Adjustment, to be
declared a junked vehicle under the state and local Laws and
regulations regarding junked vehicles.
C) "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.
Wrecker Services
Page 1
d) "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.
e) "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.
f) "Chief of Police" means the Chief of Police of the City or his
designated representative.
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
Wrecker Services
Page 2
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
times 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
additional insured. The Contractor shall furnish the Chief of Police with a
certificate of insurance at the time of execution of this Contract certifying
that such insurance in the proper amounts is in effect and that the term
of such policies is concurrent with the term of this Contract. Each such
policy shall contain a provision that the policy shall not be canceled,
altered or amended without thirty (30) days prior written notice to the
City.
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 thirty (30) 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.
Wrecker Services
Page 3
12. REQUIREMENTS FOR 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 will not be used to
perform any duty or service whatsoever under this Contract. The
Contractor agrees to provide the above 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 be assigned duties under this
Contract.
13. PROFESSIONAL APPEARANCE. 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 FACILITIESMOURS 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 theft 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
Wrecker Services
Page 4
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.
Wrecker Services
Page 5
The Contractor's storage facilities must provide a minimum of 200
spaces for vehicles stored pursuant to this Contract. In addition, the
Contractor shall provide additional 75 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 (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 requests 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 this Agreement.
Wrecker Services
Page 6
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 Police and which
legibly 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 or Chief of Police.
c) 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.
d) 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 town
the vehicle because of public safety or time -of -response concerns.
Further, the owner or 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.
Wrecker Services
Page 7
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 (8) Class
I wreckers, as that term is defined in the City Code of Ordinances, with
at least one (1) 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 this 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 forty-
eight (48) 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 Contractor will
Wrecker Services
Page 8
honor all reasonable requests 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.
The Contractor herein agrees to dispose of all vehicles removed and
stored pursuant to this Contract and still on hand at the expiration of this
Contract in accordance with the Chief of Police's instructions at no
additional cost to the City or to the owners or operators of such
vehicles.
17. JUNKED VEHICLES. The Contractor agrees to pick up junked vehicles
at the request of the City's Environmental Inspection Services
Department within 48 hours of notification. Adequate space at the
Contractor's storage facilities for the storage and disposal of junked
vehicles will be maintained. Notice shall be given by the Contractor on
behalf of the City to the Texas Highway Department within five (5) days
after removal of a junked vehicle which identifies the vehicle or any
portion of the vehicle removed. All applicable state laws, municipal
ordinances and Environmental Inspection Service's policies regulating
junked vehicles shall be observed by the Contractor.
The Contractor shall not return such junk vehicle to its owner, or in any
way settle. Charges or claims with a vehicle owner without prior written
consent of the Environmental Inspection Services Manager or his
designee.
Contractor shall not remove any parts from junked vehicles. However,
in addition to the fee for junked vehicles payable by the City, Contractor
may retain any compensation paid for such vehicles by any company or
individual, which demolishes the vehicles.
18. PAYMENTS TO THE CITY. For as long as this agreement remains in
effect, Contractor agrees to annually pay the City the amount of ONE
HUNDRED TWENTY THOUSAND AND NO/100 DOLLARS
($120,000.00) as follows:
Wrecker Services
Page 9
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.
19. CONTRACT TERM. The term of this Contract shall be for a period of
one (1) year from the date of execution. The city shall have the right
and option to extend the term for four (4) additional one-year periods
under the same terms and conditions herein described and for the
same bid amount from the Contractor each such additional year. Notice
of the City's desire to extend the Contract shall be given in writing not
less than sixty (60) days prior to the end of the term or extension.
This Contract shall automatically terminate if the amount owed by the
City to the Contractor exceeds SEVENTY-SEVEN THOUSAND FIVE
HUNDRED AND NO/100 DOLLARS ($77,500.00) for the Contract term.
20. NOTICES. Notices will be writing by certified mail or hand delivered to a
person authorized to receive notices by each party.
21. BILLING PROCEDURES. The Chief of Police shall have the right to
cancel a request for towing services until such time as Contractor's tow
truck has lifted the vehicle, and there shall be no charge made to the
City or the owner/operator of the vehicle when a request is cancelled. In
the event that an owner/driver of a vehicle arrives at the location of the
vehicle after it has been lifted by Contractor's tow truck, the
owner/driver 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/driver by 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.
Wrecker Services
Page 10
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 services 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 OR 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.
22. 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 $70.00 per accident disabled vehicle
$50.00 per impounded vehicle
2) Dollies $15.00 per vehicle*
3) Supplemental charges One-half of the actual towing charge**
4) Preservation fee $10.00 (unless Texas law requires a
different amount)
5) Notification fee $25.00 one-time fee (unless Texas law
requires a different amount) ***
6) Storage fees $7.50 per day
7) After hours release $30.00 per vehicle (unless prohibited by
Texas law)****
Wrecker Services
Page 11
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 forty-eight (48) 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.
b) Abandoned vehicles $30.00 per vehicle total fee
c) Junked vehicles $20.00 per vehicle total fee ($30.00 if
Contractor is required to make more
than one visit/call-out)
d) City vehicles $30.00 per vehicle total fee
e) Mechanically disabled $40.00 per vehicle/$7.50 per day
vehicles storage
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.
23. FUEL SURCHARGE. During the term of this Contract, the Contractor
may add a Fuel Surcharge described herein. The Fuel Surcharge will
be calculated using the daily Transport Load Pricing - Unleaded 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 date 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
vehicles only. For example, if the Contractor tows an accident disabled
vehicle on Monday, July 23, 2001 and if the Rack Price on Friday, July
20, 2001 is $1.25, then the Contractor may invoice a Towing Charge of
$71.50.
24. 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.
Wrecker Services
Page 12
THIS Contract is executed at Lubbock, Texas, on this 5th day of
August 22001.
CONTRACTOR:
LUBBOCK WRECKER SERVICE, INC.
Doris King
President
Dh/billdehaas/Wrecker Services Contract
June 11, 2001
CITY OF LUBBOCK, TEXAS
WINDY .G VAYOR
ATTEST:
Rebecca Garza
City Secretary
APPROVED AS TO CONTENT:
.d'
d�
i/Xen Walker
Chief of Police
APPROVED AS TO FORM:
William de Haas
Contract Manager/Attorney
Wrecker Services
Page 13