HomeMy WebLinkAbout19-005 - Storer Enterprises - 2019 Vehicle Towing ServiceCity of Tukwila Agreement Number: 19-005 (e)
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
/_ i1" it��L• UTIUMi
Between the City of Tukwila and Storer Enterprises (DBA Airport Towing< Burien
Towing, Columbia Towing)
That portion of Contract No. 19-005 between the City of Tukwila and
Storer Enterprises is hereby amended as follows:
Section 4- Duration of Agreement:
This agreement shall be in full force and effect for a period commencing December 5,
2023, and ending December 31, 2024, unless sooner terminated under the provision
hereinafter specified.
Exhibit B- Compensation
Truck Rates (per hour)
Class A&E
$254.00
Rotator $355.00
Class B
$307.00
Rotator $428.00
Class B-2
$412.00
Rotator $575.00
Class C
$532.00
Rotator $746.00
Class S1
$890.00
60+Ton Rotator
Storage Rate:
Outside: $66.00 per day per 20ft in length
Inside: $80.00 per day
Secure Hold: $102 per day
Hourly Labor/After Hours Release:
After hours Fee $127
Casual Labor $127
CA Reviewed May 2020 Page I of 2
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 19-005 (e)
All other provisions of the contract shall remain in full force and effect.
Dated this day of , 20
CITY OF TUKWILA CONTRACTOR
DocuSigned by:
C --SL— E(G ��_—__.___.
1 FRgFFn91 R7Rdfl�
N-10k��
Allan Ekberg, Mayor VA
12/18/2023 I 10:38 AM P nted Name: Jared Storer, Vice President
ATTEST/AU TH E N TI CATE D
by:
EDocuSigned
�� visf y 0-, F aLUY,
88678483C8594E7...
Christy O'Flaherty, MMC, City Clerk
APPROVED AS TO FORM
DocuSigned by:
C Ste, d
SE499CA4165E452...
Office of the City Attorney
CA Reviewed May 2020 Page 2 of 2
City of Tukwila Agreement Number:. 19-005 (d)
Council Approval N/A
6200.Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Amendment 4 4
Between the City of Tukwila and Storer Enterprises (DBA Airport Towing< Burien
Towing, Columbia Towing)
That portion of Contract No. 19-OD5 between the City of Tukwila
and Storer Enterprises is hereby amended as follows:
Section 4- Duration of Agreement:
This agreement shall' be in full force and effect for a period commencing November 15,
2022, and ending December 31, 2023, unless sooner terminated under the provision
hereinafter specified.
Truck Rates (per hour)
Class A&E
$254.00
Rotator $355.00
Class B
$307.00
Rotator $426.00
Class 8-2
$412.00
Rotator $575.00
Class C
$532.00
Rotator $746.00
Class S1
$890.00
60+Ton Rotator
Storage Rate:
Outside: $66.00 per day per 20ft in length
Inside: $80.00 per day
Secure Fold: $102 per day
Hourly Labor/After Hours Release:
After hours Fee $127
Casual Labor $127
CA Reviewed May 2020 Page 1 of 2
b
+Clay of Tukwila Agreement Nums er° 19-00 (d)
Council Approval N/A
6200 Southcenter Boulevard, Tukwila WA 981.88
All other provisions of the contract shall remain in&ff—
fu,ll force and effect.
fes„ y ,�P d... / �„ ,A , 0.�--
C�atecd this {/ da of A�J r�'`�- �r� {Q
�s Iia seaml�ss�ocs ° r ,✓"f `';�:J �"""�r
K saffb36� 144x6 ae48 3.46896✓
12.01.2022
Aldan Ekberg, Mayor Tinted Narne.�.L (
11 Vol I am I a ill I 19 EVER9
Coht,:arJ 061W, e Itz?
7cal:6cf1-2534-4bf1-82-3-5-960fc.'i4b -----
Christy O'F'I'aherty, MMC, City Clerk
A
AGG...
CJ``� off• Q -tesla'
KOy: --21 1006 59b —, a18903bf --
Cffioe of the City Attorney
CA. Reviewed May 2W. n .Page 2 of 2
City of Tukwila Agreement Number: 19-005 (c)
Council Approval N/A
6200 Southoenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Amendment # 3
Between the City of Tukwila and Starer Enterprises (DBA Airport Towing< Burie
Towing, Columbia Towing)
That portion of Contract No. 19-006_ _ between the City of Tukwila and
Storer Enterprises lnc _ is hereby amended as follows:
Section 4- Duration of Agreement
This agreement shall be in full farce and
2021, and ending December 31, 2022,
hereinafter specified.
Exhibit B- Compensation
Truck Rates (per hour)
effect for a period commencing October 15,
unless sooner terminated under the provision
Class A&E
$218.00
Rotator $305.00
Class 8
$263.00
Rotator $367.00
Class S-2
$356.00
Rotator $494.00
Class C
$461.00
Rotator $643.00
Class, S 1
$771.00
60+Ton Rotator
Storage Rate:
Outside: $55.00 per day
Inside: $66.00 per day
CA Reviewed May 2020 Page 1 of 2
pity of Tukwila Agreement Number: 19-005 (c)
Council Approval N/A
6200 Southcenter Boulevard, Tukwila WA 98188
All other provisions of the contract shall remain in full force, and effect.
Dated this I 5th day of _ October - .2021
CITY OF TUKWILA
N �m,e==�o�= �om 1
...........................
Allan Ekberg, Mayor 10/21/2021
ATTEST/AUTHENTICATED
Christy O'Flaherty, MMC, City Clerk
CONTRACTOR
3
Printed Name. Jared Storer. Vice President
APPROVED AS TO FORM
Office of the City Attorney
CA Reviewed May 2020 Page 2 of 2
City ofTukwila Agreement Number: 19-OO5(b)
820OSoudhoenterBoulevard. Tukwila VVAQ8|88 Council Approval N/A
CONTRACT FOR SERVICES
Amendment #I
Between the City of Tukwila and —Storer Enterprises j-',.
That portion Of Contract No. 19between the City of Tukwila and
Storer Enterprises is hereby amended as follows:
Section 4. Duration of Agreement:
This Agreement shall be in full force and effect for @ period COnnnnendng January 1. 2021,
and ending December 31, 2021' unless sooner terminated under the provisions hereinafter
specified.
Exhibit B
Rates have changed.
All other provisions of the contract shall remain in full force and effect.
Dated this ____1 Oth day of December 2020
CITY [)FTUKVNLA CONTRACTOR
.....................
Allan Ekberg, Mayor 12/30/2020
Christy O'Flaherty, MMC, City Clerk
CA Ro icw� Mav 20.11
. Printed Name: /
APPROVED A8TOFORM
Offiueofthe City Attorney
1/1
Exhibit B
compensation
• Class A, D & E rate $193 per hour *Rotator $270
• Class B rate $233 per hour *Rotator $125
• Class B** $3 15 per hour *Rotator $437
(30M0 GVWR (or more) with air brakes)
• Class C rate $408 per hour *Rotator $569
• Class S I rate $682 Per 110111- 60—Ton Rotator
• Storage
* Outside $49 per day
* Inside $5S per day
There Is no allowance for mileage unless agreed upon in advance and approved by a TPD supervisor
L-1 - -
**A11 rates listed above are EXCLUSIVE OF TAX and billed per hour for the first hour and then in 15
minute increments"
CA Revised .-lav 2020 Pace 6 of 4
19-005(a)
City of Tukwila Agreement Number: Council Approval N/A
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Amendment #-1
Between the City of Tukwila and Storer Enterprises (DBA Airport Towing< Burien
Towing, Columbia Towing)
That portion of Contract No. 19-005 between the City of Tukwila and Storer Enterprises is
hereby amended as follows:
Section 4 - Duration of Agreement:
This agreement shall be in full force and effect for a period commencing January 1, 2020,
and ending December 31, 2020, unless sooner terminated under the provision hereinafter
specified.
All other provisions of the contract shall remain in full force and effect.
Dated this NY^ day of
CITY OF TUKWILA
� tf C -e' r'n 10 e -,c
Allan Ekberg, Mayor 17,11 Z,/10)
� " I q I
20-k'i
CONTRACTOR
red
Printed Name: C�
CA Revised December 2016 Page 1 of 1
V�!.�
-iy
1 qs ofTukwila
1� i
00 :. •: ::
( A ,o l
05 .t4ae
CONTRACT FOR SERVICES
Contract Number: 19-005
Council Approval N/A
This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter
optional municipal code city hereinafter referred to as "the City," and Storer Enterprises, DBA
Airport Towing, Burien Towing, Columbia Towing , hereinafter referred to as "the Contractor,"
whose principal office is located at 817 SW 14911 St. Burien, WA 98166
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain
terms and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform
those services described on Exhibit A attached hereto and incorporated herein by this reference as if
fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and local statutes, rules and ordinances applicable to the performance of such services and the
handling of any funds used in connection therewith. The Contractor shall request and obtain prior
written approval from the City if the scope or schedule is to be modified in any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed _$40,000_ at the rate specified on Exhibit B.
3. Contractor Budtet. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the
City whenever the Contractor desires to amend its budget in any way.
4. Duration of A14reement. This Agreement shall be in full force and effect for a period commencing
January 1, 2019, and ending December 31, 2019_, unless sooner terminated under the provisions
hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor
with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees
by virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
Page 1 of 6
6. Indemnification. The Contractor shall defend, indemnify and hold the City, its officers, agents,
officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits
including attorney fees, arising out of or in connection with the performance of this Agreement, except for
injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction
determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages
arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent
negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the
Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further
specifically and expressly understood that the indemnification provided herein constitutes the
Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section
shall survive the expiration or termination of this Agreement.
7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, their agents, representatives,
employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits
as required herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover all
owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services
Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If
necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit.
Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01
and shall cover liability arising from premises, operations, independent contractors, products -
completed operations, stop gap liability, personal injury and advertising injury, and liability
assumed under an insured contract. The Commercial General Liability insurance shall be
endorsed to provide the Aggregate Per Policy Endorsement ISO form CG 25 03 11 85 or an
equivalent endorsement. There shall be no endorsement or modification of the Commercial
General Liability Insurance for liability arising from explosion, collapse or underground
property damage. The City shall be named as an insured under the Contractor's Commercial
General Liability insurance policy with respect to the work performed for the City using ISO
Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed
Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent
coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
Page 2 of 6
B. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be excess of the Contractor's insurance and shall not contribute with
it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
D. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy
of the amendatory endorsements, including but not necessarily limited to the additional insured
endorsement, evidencing the insurance requirements of the Contractor before commencement of
the work.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination shall
be made in accordance with reasonable and prudent business practices.
F. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written notice of any policy cancellation, within two business days of their receipt of
such notice.
G. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as
required shall constitute a material breach of contract, upon which the City may, after giving five
business days' notice to the Contractor to correct the breach, immediately tenninate the contract
or, at its discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion
of the City, offset against funds due the Contractor from the City.
8. Record KeepinI4 and Reporting.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW
Chapter 40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance of
this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor
three (3) days written notice of the City's intention to terminate the same. Failure to provide
products on schedule may result in contract termination.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the
presence of any disability in the selection and retention of employees or procurement of materials or
supplies.
Page 3 of 6
'CC TPD fth
12- AN�A:Mftm�w and subcoutrAct. Cpmtmi;�" A b" tht on 11 -.tc
truck. j
-
raDMI Sa
the crgjc ,Ir im-gatMl Ag-kt-cmicilit hc C n
ad dw con. r -?uv
A4 t.!�trz
nclit or mmodific-
x. Baa 3 sjg; �cjn ( In
-r ond � No "m
al, pno4-
OD:C
f "t r: -writing and mgn�M by 1hc rx-T
Alv-recancnt ALAII
14 S-,tvvra Inti° and Suo-L-va. 1, Lf ap.v tc—nnconnitron u4 pro % In ofthI7�A iTce-r-repi 1 5 dicid 3f CI -I Plk"
Cal-;
r -r fimJlct in its- appil- mr, ol- cnfv;-�Cr, such rvcm s'haill iovot a illy otma pro ionvi
iinj al -I f-.thc,-. mw�isunas slj�dj r-t—_jiji IfullPy cal-omc-Able, IFIve I—,-Ovj--jtyjtj
Which'I'M o1cir '(Cnsc and Corava a--rc hacad
C I' 'at, In of th A
04 fli-A!, iii a_ 14tafl "cl Muir t=
ISE
flownig ��-Idrc s:
Xatkvs. &w City of Tukwila s 401! bic icr-I c' thic� ulI
cl it 1,:rk� City oflruk--wulia
witihirw-'an 9,
S!
by thic 02riltracti-11 TZIFOI Mc
to mc (7 narictor AA1 t�c scri! TO the aijifrt:'S FP-'�o Ce
N
prize.wc hn"
d
04and �:Vn 1-ateu%A '
Anplica w., Vmuc. A!iorn F -cm -1-Ins Ap-e—,nacM shill tw- -L�'--Mlcb-N
j!j thc cvcro, any 5;uir' rt='n'*".,t4ML
uc;��-)rdaacc with the 13w -,i of Ih-- S,,aw of Nk-ashurtato-Lt
ff �; LaAaea�aa-d and
A L
Tht-- IU
t Ina -M t"M
--h-a-t -'�-tmw sh-all Itaid jr- yg Coun Vashing on-
-S' sul
S.)ajl bc �mtnictt w n� aname-
DATA`-�D thzz da v o�' CL
C- Fff'Y C I F TL IK W T I
%twor- AfLir
AT
TF it S-1
At: F —1
IIT N 47A -D'
CONTRACTOR
nflticd Nsamc and Tl
1,
i -age 4 "'f '-�
Office of the City Attorney
Exhibit A
Scope of Work
• Class A or E tow truck response times will be
o No more than 20 minutes during daylight hours
o No more than 30 minutes during hours of darkness and weekends
o Response times during unusual events (flooding, earthquake, extreme weather), may be
extended beyond normal. The Contractor will notify police dispatch if delayed.
• Response time" is defined as the amount of time required for a truck (or trucks) to arrive on scene
once requested
• At least two (2) class A or E trucks will be available to respond to the City of Tukwila generated
tow calls at all times (dedicated trucks to Tukwila)
• Class C tow truck response times will be
o No more than 45 minutes during daylight hours
o No more than 60 minutes during hours of darkness and weekends
o Response times during unusual events (flooding, earthquake, extreme weather), may be
extended beyond normal. The Contractor will notify police dispatch if delayed.
■ "Response time" is defined as the amount of time required for a truck (or trucks) to
arrive on scene once requested
• Contractor will provide fully trained drivers to facilitate the safe removal of vehicles
• Supervisors will be available to consult with contractor company drivers as needed in order to
facilitate the safe removal of vehicles
• Contractor will cleanup scene as reasonably necessary or as directed (e.g. removing pieces of
crashed vehicles, sweeping up glass or other debris deposited on the roadway or right of way)
• If towing a vehicle to a City of Tukwila facility, the contractor will provide the City with an
invoice that lists, at a minimum:
o Date and time of tow or impound
o Police case number
o Location towed from and location towed to
o Tow fee (Including applicable tax rate for the City of Tukwila)
o Towed vehicle license plate number (or VIN if no license plate available)
0 4 -digit City of Tukwila vehicle number (If City owned/leased vehicle)
o Year, make, model of vehicle
Contractor will provide the invoice when the tow service is complete
All invoices for services will comply with the rates as listed in Exhibit B -Rate Schedule
Page 5 of 6
Exhibit B
Compensation
• Class A or E rate $189 per hour
• Class B rate 5228 per hour
• Class B+ rate $306 per hour
• Class C rate 5396 per hour
• Storage $49 per 20 feet
• Extra Person $95 per hour
• After Hours Release $95
There is no allowance for mileage unless agreed upon in advance and approved by a TPD supervisor
*All rates listed above are EXCLUSIVE OF TAX and billed per hour for the first hour and then in 15
minute increments"
Page 6 of 6