HomeMy WebLinkAbout26-022 - Gene Meyers Towing - 2026 Towing ServicesContract Number: 26-022
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 Gene Meyer Towing„,,,,, hereinafter
referred to as "the Contractor," whose principal office is located at
225 Rainier Ave. S, Renton WA 98057
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. Scooe and Schedule of Services to be Perfrmed by Contiactor. 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 exceedy 40 000 at a rate of (see 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
January 1s 2026 , and ending December 31, 2026, 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.
6. Indemnification. 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
Should a court of competent jurisdiction determine that this Agreement is subject to RCC 4,24.11 5,
then, in the event of iiabiflity 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 Public Entity, 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. Insurancq. The Contractor shall procure and maintain for, the duration of the Agreement, insurance
against claims for injuries to persons or damage to propertywhich may arise from or in connection with,
the performance of the work hereunder by the Contractor, their agents, representatives, employees or
subcontractors, Contractor's main enance of insurance, its scope of coverage and limits as required
herein shali 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 Iaw 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 1,000,01010 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 pollicy shall be endorsed to provide contractual liability coverage,,,
Z Commercial General Liability_insurance with limits no less than $2,0010,000 each occurrence,
$2,000,,000 general aggregate and $2,000,,000 products -completed' operations aggregate
limit, Commercial General Liability insurance shall be as least at broad as ISO occurrence
form CG 00, 01 and shall cover, liability arising from premises, operations, independent
contractors, products -completed operations, stop gap lliablility, personal injury and advertising
injury, and liability assumed under an insured contract, The Commercial General Liability
insurance shall be endorsed to provide a per project general aggregate limit using ISO form
CG 25 03 05 019 or an equivalent endorsement. There shall be no exclusion for liability
ariising from explosion, collapse or, underground property damage. The City shallll be named
as an additional insured uirder the Contractor's Commercial Generai Liability insurance policy
with respect to the work performed for the City using ISO Additional Insured endorsement CG
20 10 10 01 ands Additional Insured -Completed Operations endorsement CG 20, 3,7 10 01 or
substitute, endorsements providing at least as broad coverage,
3, Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
B. Public Entity Full Availability of Contractor Limits. If the Contractor Maintains higher insurance
limits thane the minimums shown above, the Public Entity shall be insured for the full available limits,
of Commercial Genieralll and Excess or umbrella liability maintained by, the Contractor, irrespective
of whether such (limits maintained by the Contractor are greater, than those required by this Contract,
or whether any certificate of insurance furnished to the Public Entity evidences limits of liability
lower than those maintained by the Contractor,
C, Other Insurance Proviisioni. 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.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
CA Revised May 2020 Page 2 of 4
of not less than, A: W,
E. Verification of Coverage. Contractor shall furnish the City with original certificates ands a copy of
the amendatory enclorsements, iinicluding but not necessarily limited to the additiionall insured
endorsement, evidencingi the insurance requirements of the Contractor before commencement of
the, work. Upon request by the City, the Contractor shall furnish certified copies, of alll required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors" coverage.
F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided insurance as,
set forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by Subcontractors, The Contractor shall ensure that the Public
Entity is an additional insured on each, and every Subcontractor's Commercial Generall liability
insurance, policy usingi n encorsement as least as broad as ISO CG 20 10 10 01 for ongoing
operations and CG 20 37 110 01 for completed operations.
G. 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.
H. 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 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.
D11111111111 10=4
J
'1 11
A. The Contractor shall maintain accounts and records, including personnel, property,, financial and
programmatic records which sufficiently and properly reflect alll 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 RCVV Chapter
40,114 and by the City.
9, ALIdiJj and IL3Z12ggh,au . The records and documents with respect to all matters covered by this
Agreement shall be subject at all t mes, to inspection, review or audit by law during the performance of
this ,Agreement,
110., Jermiliatiga. This Agreement may at any time be terminated by the City giving to, the Contractor thirty
(30) days written, notice of the City's intention to terminate the same. Failure to provide products on
schedule may result in contract termination, If the Contractor's insurance coverage is canceled for any
reason, the City shall have the right to terminate this Agreement immediately.
11. DisgriMinalion Prohibitgd. 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, maaritall status, political affiliation, the
presence of any disability, or any other protected class status under state or federal law, in the
selection and retention of employees or procurement of materials or supplies.
12.6AAi9nMRD1 and Sul2contEgG ."The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written, consent of the City.
11 Erg 6912ement: MAWCAIJ011. This Agreement,, together with attachments or addenda, represents
the entire and integrated Agreeent between the City and the Contractor and supersedes all prior
negotiations, representations, or agreements written or oral. No, amendment or modification of this
Agreement shall) be of any force o, 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. Notices• 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. Anglicable — Ye ue;_A otIIgy'Fge�. 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 6th day of January 20 26 .
CITY OF TUKWILA CONTRACTOR:
Signed by:
SEE2438�545B44C...
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED:
Signed by:
Andy Youn-Barnett, City Clerk
APPROVED AS TO FORM:
Signed by:
L �. a"
5E4ggCA4165E452
Office of the City Attorney
Pried Nerve: 4'' _... .
Title:
Address:___
�• � s"
CA Revised May 2020 Page off
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
• "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)
RCW 46.55.1.00 Impound notice—Abandoned vehicle report—Owner information,
,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
liability—Disposition report.
(1) At the time of impoundment, the registered tow truck operator providing the towing service
shall give immediate notification, by telephone or radio, to a law enforcement agency having
jurisdiction who shall maintain a log of such reports.
• If towing a vehicle to a City of Tukwila facility, the contractor will provide the City of
Tukwila 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.