HomeMy WebLinkAbout24-200 - A-Seattle Towing - 2025 Vehicle Towing ServicesThis 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,A-Sea tle Towing LLC, hereinafter
referred to as "the Contractor," whose principal office is located at
17878 Des Moines Memorial Drive Burien WA.
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:
1. Scone 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. Comgengation 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 a rate of Exhibit B .
3. Contractor Budget 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 Agreement This Agreement shall be in full force and effect for a period commencing
December 1. 2024, and ending..December 31.2025_, unless sooner terminated under the provisions
hereinafter specified.
5. Indeoen ent 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.
6. Indemn flli=4n. The Contractor shall defend, indemnify and hold the Public Entity, its officers,
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 Public Entity.
CA Revised May 2020 Page 1 of 4
Should a court of ooOopatart jurisdiction determine that this Agreement is subject to RCVV 4.24.115,
then, inthe event Vfliability for damages arising out ofbodily injury to persons ordamages \n property
caused by or resulting from the concurrent negligence of the Contractor and the Public Entity, its
nMicgrS' officials, employees, and volunteers, the Contractor's liability hereunder shall be only tVthe
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. 113surgarp.. The Contractor shall procure and maintain for the duration of the Amr8enl8nL 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. COD[[8CtOr's Dl8iDteD8noe 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
iDaU[8Oce' or otherwise limit the City's recourse to any remedy available at law or in equity.
A. K01n|nmunn Scope of Insurance. Contractor shall obtain insurance ofthe types and with the limits
described below:
1.nSu[aDce with a [DiDi0u[D combined single |irDd for bodily injury and
property damage of $1,000,000 per accident. Automobile ||ob||hv insurance shall cover all
owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services
Office (|S[)) h]rnn CA OD 01 or a substitute f0nn providing equivalent liability coverage. If
necessary, the policy shall be endorsed toprovide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2.0D0,0DOeach occurrence,
$2,000,000 general aggregate and $2,000,000 prod ucts-com pl eted operations aggregate
limit. CV[D[Den:iG| GgOg[G| Liability insurance shall be as least at broad as ISO 8OCurr8OCB
h][[D CG 00 01 and Sh8|| cover liability arising from p[m[niSee, ope[@tiOns, independent
oznLnaotVna, prod Unta-oonnp|eted openationm, stop gap liability, personal injury and advertising
injury, and liability assumed under an insured contract. The Commercial General Liability
insurance shall be endorsed toprovide aper project gener8|3ggreQ8tH|innitUSing|S[>h)rrn
CG 2583050Qoranequivalent endorsement. There shall benoexclusion for liability
arising from explosion, collapse orunderground property damage. The City shall benamed
as an additional 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 2O37 10 01 or
substitute gndnn88OO9Dts providing otleast ao brood coverage.
3.Workers' coverage asrequired bythe Industrial Insurance laws of the State of
B. Public Entity Full Availability mfContractor Limits. Ifthe Contractor maintains higher insurance
limits than the minimums shown above, the Public Entity shall be insured for the full available limits
of Connnoen:ia| General and Excess or Umbrella liability maintained by the ConirgctVr, irrespective
of whether such limits maintained by the Contractor are greater than those required by this Contract
orwhether any certificate Vfinsurance furnished to the Public Entity evidences limits of liability
lower than those maintained by the Contractor.
C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance pV|i[j8e are to contain, or be endorsed to contain that they shall be primary
insurance with respect tOthe City. Any insurance, SS|AnourGnC8' or insurance pO0| COv8[ag8
maintained by the City shall be excess of the Contractor's insurance and 8h8U not contribute with
O. Acceptability Insurers. Insurance i8[obeplaced with insurers with acurrent A`K4.Best rating
ofnot less than A: VU.
EVerification of Coverage. Contractor shall furnish the City with originalcertificates 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. Upon request by the City, the Contractor shall furnish certified copies of all required
insurance po|icigs, including eDdO[seOOeDt8. required in this Agreement and evidence of all
subcontractors' coverage.
F. Subcontractors. The Contractor shall cause each and every Subcontractor b} provide insurance
coverage that complies with all applicable requirements of the Contractor -provided insurance as
set forth herein' except the Contractor shall have gV|e responsibility for determining the limits of
coverage required t0be obtained bySubcontractors. The Contractor shall ensure that the Public
Entity is an additional insured on each and every Subcontractor's C00OOorCi8| General liability
iOGu[@DC8 policy using 8O endorsement as least 88broad as ISO CG 20 10 10 01 for ongoing
operations and CG 2037 10 01 for completed Op8n8tiODS.
G. Notice of Cancellation. The Contractor shall provide the City and all AddUUODG| |OSu[edS for this
work with written notice of any policy cancellation, within two business days of their receipt of such
H. Failure toMaintain Insurance. Failure onthe part ofthe Contractor tOmaintain 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 terminate 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.
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 8RrviCgg performed in the performance ofthis 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 8 period of seven (7) y8@[S 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 WS12ertigpfi. 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. JeriMipatign. This Agreement may 8tany time beterminated bvthe City giving tnthe Contractor thirty
(30) days written notice of the Qb/'g intention to h3O0iO8te the same. Failure to provide products OD
schedule may result iOcontract termination. |fthe Contractor's insurance coverage is canceled for any
[S@sOO. the City shall have the right to terminate this Ag[GgDleDt immediately.
11, Discriminatiou l2rabibited. The Consultant, with regard tothe work performed byitunder 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 affi|iation, the
presence of any disability, or any other protected class st@1U8 under state or federal |avv' in the
selection and retention of employees or procurement of materials or supplies.
12. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13, We Agreement MQdifir. This Agreement, together with attachments uraddenda, represents
the entire and integrated Agreement between the City and the Contractor and supersedes all prior
DegotiabVM8. Fep[es8UtotionS, or agreements written Or oral. No amendment Or modification of this
Agreement shall be of any force or effect unless it is in writing and signed by the parties.
CA Revised May 2020 Page 3 of 4
14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which
by their sense and context are reasonably intended to survive the completion, expiration or cancellation
of this Agreement, shall survive termination of this Agreement.
15. Notjcgs. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16. A=Licy'a Eggs This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. In the event any suit, arbitration, or other
proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit.
DATED this
.......?..n.d................ day of ........................................................ J.a..n..u.a..... _ 2025.
CITY OF TUKWILA
Signed by:
C --6L ._ 'I
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED:
Signed by:
FEB1F
L\6426—
Andy Youn, City Clerk
APPROVED AS TO FORM:
F igned
by:
...
Office of the City Attorney
CONTRACTOR:
By:
-. -: M MCI
Title: re
Address:#i► ." r
,'
CA Revised May 2020 Page 4 of 4
Exhibit A
Scope or 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
"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
• "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
Exhibit B
Compensation
Truck Rates (per hour)
Class A&E
$297.00
Rotator $415.00
Class B
$359.00
Rotator $501.00
Class B-2
$482.00
Rotator $673.00
Class C
$622.00
Rotator $873.00
Class S1
$1,041.00
40+ Ton Rotator
Storage Rate:
Outside:
$75.00
Secure Hold
$120.00
Hourly Labor/ After Hours Release:
After Hours Fee $149.00
Casual Labor $149.00
All other provisions of the contract shall remain in full force and effect.