HomeMy WebLinkAboutAgenda Report - August 3, 1994 (39)J OF
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Request for Proposals for Towing Franchise
MEETING DATE: August 3, 1994
PREPARED BY: City Attorney
RECOMMENDED ACTION: Council consideration and possible approval of Request
for Proposals for Towing Franchise. LMC 510.56.020
BACKGROUND INFORMATION: The existing franchise will expire on August 21, 1994
and should be renewed.
The franchise provides for the removal, disposal and dismantling of abandoned,
wrecked and inoperative vehicles upon public and private property, not
including highways, within the City pursuant to LMC 310.56.020.
FUNDING: Not applicable.
Respectfully submitted,
Bob McNatt
City Attorney
BM:pn
CCTOWING/TXTA.01V
APPROVED _ `J
THOMAS A. PETERSON 1ecvciea ✓aDel
City Manager .4
cc
M
CITY OF LODI
REQUEST FOR PROPOSALS
NOTICE IS HEREBY GIVEN that the Community Development Director of the
City of Lodi, State of California, will receive sealed bids at the
Community Development Department, City Hall, 221 West Pine Street, Lodi,
California 95240 or P. O. Box 3006, Lodi, California 95241-1910 not later
than 11:00 a.m. on September 5, 1994, at which time they will be publicly
opened and provided to the Community Development Department for evaluation,
for the purpose of the provision of the following services:
Removal, Disposal and Dismantling pursuant to Lodi
Municipal Code 510.56.020 of all abandoned, wrecked,
dismantled or inoperative vehicle:• located upon
private or public property not including highways in
the incorporated area of the City of Lodi.
The City of Lodi reserves the right to accept such proposals as may
be deemed most advantageous to the City, the right to waive any informality
in the proposal, and the further right to reject any and all proposals.
Additional information may be obtained by contacting Kirk Evans at
(209)334-5634.
O7IM SCHROEDER
tonimunity Development Director
City of Lodi
TABLE OF COWMWS
Paae
General Terms and Conditions . . . . . . . . . . . . . . . . . 3
Special Terms and Conditions . . . . . . . . . . . . . . . . . 6
Franchise Agreement . . . . . . . . . . . . . . . . . . . . . . Appendix
2
GENZRAL PROPOSAL TBRM i CONDITIONS
1. REQUIREMENT TO MEET ALL PROPOSAL PROVISIONS.
Each proposal shall meet all of the specificatiwis and proposal terms
and conditions. By virtue of the proposal submission and acceptance
of the proposal award, the proposer acknowledges agreement with and
acceptance of all provisions of the specifications, except as
expressly qualified in the proposal. Non -substantial deviations may
be considered, provided that the proposer submits a full description
and explanation of, and justifications for, the proposed deviations.
Final determination of any proposal deviation will be made by the
City of Lodi.
2. PROPOSAL RETENTION AND AWARD.
The City reserves tie right to retain all proposals for a period of
sixty (60) days for ex"..ination and comparison. The City also
reserves the right to waive non -substantial irregularities in any
proposal, to reject any and all proposals, to reject or delete one
part of a proposal and accept the other, except to the extent that
the proposals are qualified by specific limitations, and to make
award as the interests of the City may require based on the criteria
identified in the SPECIAL TERMS 6 CONDITIONS.
PROPOSAL WITHDRAWAL.
Proposer may withdraw his/her proposal, without prejudice prior to
the time specified for the opening, by submitting a written request
to the Community Development Director for its withdrawal, in which
event the proposal will be returned to the proposer unopened. No
proposal received after the time specified or in any place other than
the place stated in the "Request for Proposals" will be considered.
All proposals will be opened and declared publicly. Proposers or
their representatives are invited to be present at the opening of the
proposals.
4. SUBMISSION OF ONE PROPOSAL ONLY.
No individual or business entity of any kind shall be allowed to make
or file, or to be interested in, more than one proposal, except an
alternative proposal when specifically requested; however, an
individual or business entity which has submitted a sub -proposal to a
proposer submitting a proposal, or who has quoted prices on materials
to such propose%, is not thereby disqualified from submitting a said
proposal or from quoting prices to other proposers submitting
proposals.
�1
A
S. CONTRACT REQUIREMENTS.
The proposer to whom the award is made shall execute a written
contract with the City within ten (10) calendar days after notice of
the award has been sent by mail to it at the address given in its
proposal. The contract shall be made in the form adopted by the City
and incorporated in the specifications. The proposer warrants that
he/she possesses, or has arranged through subcontracts, all capital
and other equipment, labor and materials to carry out and complete
the work hereunder in compliance with all Federal, State, County,
City and Special District laws, ordinances, and regulations which are
applicable.
6. FAILURE TO ACCEPT CONTRACT.
If the proposer to whom the award is made fails to enter into the
contract: the award will be annulled; any proposal security will be
forfeited in accordance with the special proposal terms and be made
to the next lowest responsible proposer who shall fulfill every
stipulation as if it were the party to whom the first award was made.
7. CONTRACT ASSIGNMENT.
The proposer shall not assign, transfer, convey or otherwise dispose
of the contract, or its right, title or interest, or its power to
execute such a contract to any individual or business entity of any
kind without the previous written consent of the City of Lodi.
8. NONDISCRIMINATION.
In the performance of the terms of this contract, the proposer agrees
that it will not engage in, nor permit such subcontractors as it may
employ, to engage in discrimination in employment of persons because
of age, race, color, sex, national origin or ancestry, or religion of
such person.
9. WORK DELAYS.
Should the successful proposer be obstructed or delayed in the work
required to be done hereunder by changes in the work or by any
default, act, or omission of the City, or by strikes, fire,
earthquake, or any other act of God, or by the inability to obtain
materials, equipment, or labor due to Federal government restrictions
arising out of defense or war programs, then the time of completion
may, at the City's sole option, be extended for such periods as may
be agreed upon by the City and the successful proposer. In the event
that there is insufficient time to grant such extension prior to the
completion date of the contract, the City may, at the time of
acceptance of the work, waive liquidated damages which may have
accrued for failure to complete on time, due to any of the above,
after hearing evidence as to the reasons for such, and making a
finding as to the causes of same.
4
A
10. LABOR ACTIONS.
In the event that the sucessful proposer is experiencing a labor
action at the time of the award of the proposal (or if its suppliers
or subcontractors are experiencing a labor action), the City reserves
the right to declare that said proposer is no longer a responsible
proposer, and to select another proposer that is not experiencing a
labor action.
11. COLrIIriUNICATIONS REGARDING PROPOSAL PERIOD.
All timely requests for information submitted in writing will receive
a written response from the City. Telephone communications with City
staff are not encouraged, but will be permitted. However, such
verbal communication shall not be binding on the City.
7
1. CONTRACT TERM.
SPECIAL TERMS i CONDITIONS
The agreement shall remain in effect for a period of three (3) years.
2. QUALIFICATION OF CONTRACTOR.
Contractor shall be a duly licensed automobile dismantler.
Contractor must have sufficient equipment and personnel to remove at
least ten (10) vehicles or parts thereof per week. Contractor shall
maintain a clean, fenced tow yard and shall not place removed
vehicles on any public street, or otherwise place removed vehicles
outside of the fenced portion of the tow yard.
3. EXCLUSIVE RIGHT.
Contractor shall have the exclusive right to remove all vehicles
ordered removed pursuant to Lodi Municipal Code $10.56.020.
4. CHARGES.
Contractor shall remove all vehicles ordered removed without charge
to the City or the owners thereof, and vehicles shall only be
dismantled or scrapped and shall not thereafter be reconstructed or
made operable, but contractor may sell ---r dispose of such dismantled
automobiles for his/her own benefit.
S. TIME OF REMOVAL.
Contractor will remove vehicles promptly and in any event not later
than fifteen (15) days after ordered to do so.
6. RECORDS.
Contractor will retain complete records of vehicles removed and
disposed of.
7. INDEMNITY AND INSURANCE.
Contractor will assume all risks incident to, or in connection with,
this agreement and shall be solely responsible for all accidents or
injuries to persons or property caused by its operation. Contractor
shall maintain in full force and effect a policy of public liability
insurance in which contractor shall be named as insured and the City
of Lodi as an additional named insured. The minimum limits of such
insurance policy shall be $1,000,000 per occurrence.
6
V0
8. CONFLICT OF INTEREST.
The contractor certifies that no one who has or will have any
financial interest under this agreement is an officer or employee of
the City. It is expressly agreed that, in performing these services,
the contractor shall at all times be deemed an independent contractor
and not an agent or employee of the City.
RFPTOW/TXTA.01V
( APPENDIX )
FitANCHISE AGREEMENT
ssssssaa=aasasaasasssaassasssssassasasssassnssaszasasasss:ssassa:sasass
THIS AGREEMENT, made and entered into this day of ,
19__, by and between the City of Lodi, a municipal corporation of the
State of California hereinafter called CITY, and ,
hereinafter called CONTRACTOR.
W I T N E S S E T H:
WHEREAS, the City of Lodi adopted Ordinance No. 1402 on November
4, 1987, now Lodi Municipal Code Chapter 10.56, providing for the
removal and dismantling of abandoned, wrecked, dismantled, or
inoperative vehicles on private property within the incorporated limits
of the City of Lodi; and
WHEREAS, Contractor is a duly licensed automobile dismantler
with sufficient equipment to fulfill the requirements of removal of
abandoned vehicles and the dismantling thereof and is desirous of
providing such service to City;
NOW, THEREFORE, City and Contractor mutually agree as follows:
1. SCOPE OF AGREEMENT - This Agreement shall cover the removal,
disposal and dismantling pursuant to City of Lodi Ordinance No. 1402
of all abandoned, wrecked, dismantled or inoperative vehicles located
upon private or public property not including highways in the
incorporated area of the City of Lodi.
-1-
2. ORDERS FOR REMOVAL - Contractor shall only remove vehicles
when an order for removal has been given by the Community Development
Director of the City.
3. TERM - This Agreement shall be in effect for a period of
three (3) years from and after the date hereof.
4. EXCLUSIVE RIGHTS - Contractor shall have the exclusive right
to remove all vehicles ordered removed pursuant to the provisions of
said Ordinance No. 1402 and City agrees not to contract with any other
automobile dismantler during the period of this Agreement for said
services.
5. CHARGES - Contractor agrees to remove all vehicles ordered
removed without charge to the City or the owners thereof, and vehicles
shall only be dismantled or scrapped and shall not thereafter be
reconstructed or made operable, but Contractor may sell or dispose of
such dismantled automobiles for his own benefit.
6. SERVICES PROVIDED BY CONTRACTOR - Coltractor agrees to
provide, maintain and operate equipment sufficient to fulfill the
requirements of this Agreement and be capable of removing at least ten
(10) vehicles or parts thereof each week. Vehicles removed at the
request of private individuals shall not be included as any part of the
required performance. Contractor agrees to operate his business from
8:00 a.m. to 6:00 p.m., Monday through Friday inclusive, excluding
legal holidays. Employees of Contractor shall wear a clean and neat
Wa
Q
uniform with the identification of Contractor plainly imprinted on the
uniform. Employees shall be courteous with good manners and no profane
language shall be used. All equipment of Contractor shall be neatly
painted and maintained in a business -like manner with the
identification of Contractor professionally painted thereon.
7. COMPLIANCE WITH THE LAWS - Contractor agrees to comply with
all provisions of law including, but not limited to, the operation of
his vehicles and dismantling yard.
S. TIME AND METHOD OF REMNZL - Contractor agrees to remove
vehicles promptly and in any event not later than fifteen (15) days
after the order for removal is given. When removing the vehicles or
parts thereof, the property on which it was located shall be left free
from glass or other vehicular debris.
Contractor is not required to obtain permission of the owner of
property upon which a vehicle has been ordered removed before entering
thereon, but Contractor shall not:
1. enter any areas secured by fences or walls without consent or
warrant;
2. forcibly enter any area;
3. remain or continue operations if objection from any person is
encountered.
-3-
ft
Contractor shall immediately report any such incident to the Community
Development Director for further direction.
9. INDEPENDENT CONTRACTOR - It is understood and agreed that
Contractor, in performing this Agreement, is an independent contractor
and is not performing services herein required as an agent or employee
of City.
.10. RECORDS - Contractor agrees to maintain complete records of
vehicles removed and the disposal made thereof. In addition,
Contractor agrees to notify City in writing within ten (10) days after
any vehicle is removed.
11. PPIVATH REMOVALS - Any provision of the Agreement to the
contrary notwithstanding, Contractor may solicit automobile removal,
salvage, and dismantling business from individuals provided that in so
doing, Contractor shall not directly or indirectly suggest, state, or
imply that a City ordinance requires such removal. Any vehicles so
removed, salvaged or dismantled shall not be construed to be removed,
salvaged or dismantled pursuant to the terms of said Ordinance No. 1402
or under the aforesaid provisions of this Agreement. It is also
understood and agreed Contractor shall not charge individuals for the
removal of any vehicle or parts thereof provided that proper
documentation of title is furnished Contractor pursuant to the vehicle
Code of the State of California. Said documentation shall be furnished
Contractor prior to removal of said vehicle or part thereof.
Contractor shall furnish written record to City by the fifth (5th)
-4-
day of each month of all vehicles or parts thereof removed by the
Contractor during the previous calendar month pursuant to this article.
12. INDEMNITY AND INSURANCE - Contractor assumes all risks
incident to, or in connection with, this Agreement for the full period
thereof and shall be solely responsible for all accidents or injuries
to persons or property caused by its operations. Contractor agrees to
maintain in full force during the term hereof a policy of public
liability insurance under which Contractor is named as insured, and
containing an Additional Named Insured Endorsement naming City as an
additional insured. Contractor agrees to indemnify and hold harmless
the City, its officers, agents, employees and volunteers from, and
against all costs, expenses, and liability arising out of, or based
upon, any and all property damage, or damages for personal injuries,
including death, sustained in accidents occurring in or about the
demised premises; where such accident, damage, or injury, including
death, results or is claimed to have resulted, from any act or omission
on the part of Contractor or Contractor's agents or employees. The
minimum limits of such insurance shall be $1,000,000 each occurrence.
In addition to the Additional Named Insured Endorsement on Contractor's
policy of insurance, said insurance policy shall be endorsed to include
the following language:
"Such insurance as is afforded by the endorsement for the
Additional Insureds Ehall apply as primary insurance. Any other
insurance maintained by the City of Lodi or its officers and
-5-
0 15
employees shall be excess only and not contributing with the
coinsurance afforded by this endorsement."
A duplicate or certificate of said public liability and property
damage insurance containing the above -stated required endorsements and
which meets all specifications as enumerated in the Risk Transfer
Requirements for Lease or Use of City of Lodi Facilities, shall be
delivered to City within ten (10) days after the issuance and each
renewal of said policy. This paragraph and all other provisions of
this Agreement shall apply and be construed as applying to any
subcontractor of Contractor.
13. TERMINATION FOR DEFAULT - If either party hereto defaults or
fails to perform any of the terms herein provided, then this Agreement
shall terminate upon failure of the defaulting party to correct said
default within fifteen (15) days after receiving written notice thereof
from the other party hereto, but said termination shall not be
exclusive of other remedies provided by law for such default. Time
shall be of essence of this Agreement and every provision hereof shall
be construed to be material and substantial.
14. TERM AND CANCELLATION - This Agreement shall be and remain in
effect for a period of three (3) years from and after the date hereof,
provided, however, that this Agreement may be unilaterally cancelled by
City or Contractor upon ninety (90) days written notice given to the
other party.
-6-
15. CODE COMPLIANCE - Contractor has read Lodi Municipal Code
Chapter 10.56, is familiar with its contents and agrees to conduct its
operations at all times in conformance therewith.
IN WITNESS WHEREOF, the parties have set their hands as of the
date first hereinabove written.
• �•
CITY OF LODI, a municipal
corporation
By By
THOMAS A. PETERSON
City Manager
ATTEST:
JENNIFER M. PERRIN
City Clerk
APPROVED AS TO FORM:
BOB MCNATT
City Attorney
AGRTOW/TXTA.01V
-7-