HomeMy WebLinkAbout98-053 - Skyway Towing - Vehicle Towing ServiceAMENDMENT 3
CONTRACT FOR SERVICES
VEHICLE TOWING SERVICES FOR THE TUKWILA POLICE DEPARTMENT
Rates for Towing Services The Bid Proposal Form and Contractor Rates section of the
City's contract with Skyway Towing are amended as shown on Attachment A (bid
Proposal Form) and Attachment B (Contractor's Rates). The City shall pay the
Contractor the rates outlined in Attachments A and B for towing work done at the City's
request.
Duration of Amended Rates Schedule The rates listed on Attachment A and
Attachment B will be in effect from the effective date of passage of this amendment.
All other provisions of the contract rem
DATED this ,l'-`1) day of
CONTRACTOR
, 2007.
CITY OF TUKWILA
2-5/617
7 ?/' Steven M. Mullet Ma or
f
Kenneth B. Powell II, President / Y
ATTEST/AUTHENTICATED
Jane E. Cantu, City Clerk
APPROVED AS TO FORM
City Attorney
6L,
ATTACHMENT A
BID PROPOSAL FORM
The undersigned proposes to perform all work in strict compliance with the amounts set
forth below
1 To perform all Towing Contract work in accordance with the attached Contractor
Rates as submitted.
Class
A
B
C
River
Recovery
Hourly Rate
125 00
150 00
250 00
300 00
8 8% WA State Sales Tax
11 00
13.20
22 00
26 40
Total
$136.00
$163.20
$272.00
$326.40
F.O.B - N/A
Delivery — N/A
Teiins — N/A
FIRM NAME. Skyway Towing & Recovery, Inc.
ADDRESS. 2960 E. Valley Road, Renton, WA 98055
TELEPHONE. (425) 226-8050 FAX. (425) 226-8853
SIGNED BY.
Signature of approved representative
PRINTED NAME 2,//1- r//, /e/t)1.-1-4._ DATE SIGNED.
36%7
ATTACHMENT B
CONTRACTOR RATES
1 Service Calls
2. Towing includes 1st hour
A. Class A Truck
$ 125.00
Bid Amount
$ 125 00
Bid Amount
B Class B Truck $ 150.00
Bid Amount
C Class C Truck $ 250.00
Bid Amount
D River Recovery $ 300.00
Bid Amount
3 Standby Time
(15 minute intervals, after 1St hour)
Class A & B Truck
Class C Truck
4 Winching
(15 -minute intervals)
5 Drive Line Removal $10 00
6 Dolly rental — included in tow fee Included m tow fee
7 Mileage fee (after 10 miles) $2 50 per mile
1/4 of hourly rate, per 15 -minute interval
1/4 of hourly rate, per 15 -minute interval
1/4 of hourly rate, per 15 -minute interval
8 Vehicle release between 5 PM
and 8 AM and/or weekends or
Holidays) $50 00
9 Storage (1St 12 hours — no charge)
Amount for each additional 24-hour
Period.
$35 00
CHARGES SHALL BE AS STATED FOR ITEMS 3 THROUGH 9
.AG qg-53(b)
AMENDMENT 2
CONTRACT FOR SERVICES
VEHICLE TOWING SERVICES FOR THE TUKWILA POLICE DEPARTMENT
Rates for Towing Services The Bid Proposal Form and Contractor Rates section of the
City's contract with Skyway Towing are amended as shown on Attachment A (bid
Proposal Form) and Attachment B (Contractor's Rates) The City shall pay the
Contractor the rates outlined in Attachments A and B for towing work done at the City's
request.
Duration of Amended Rates Schedule The rates listed on Attachment A and
Attachment B will be in effect from the effective date of passage of this amendment.
Ali other provisions of the contract remain in full force and effect.
DATED this 7 day of -1A L'1
, 2003
CONTRACTOR CITY OF TUKWILA
Kenneth B Powell II, President
ATTEST/AUTHENTICATED
6 ! L L
Jane E Cantu, City Clerk
fn A
Steven M. Mullet, Mayor
APPROVED AS TO FORM
ist of 2
:� -
ENT'D JUL 17 2003
AG 9P -o53 (b)
ATTACHMENT A
BID PROPOSAL FORM
The undersigned proposes to perform all work in stnct compliance with the amounts set
forth below
1 To perform all Towing Contract work in accordance with the attached Contractor
Rates as submitted.
Class
A
B
C
River
Recovery_
225 00
Hourly Rate
95 00
125 00
200 00
88% WA State Sales Tax
836
11 00
1760
1980
Total
$103.36
$136 00
$217 60
$244.80
F.O.B - N/A
Delivery — N/A
Terms — N/A
FIRM NAME Skyway Towing & Recovery, Inc
ADDRESS 1201 Lind Ave. SW, Renton, WA 98055
TELEPHONE.
(425) 226-8050 FAX. (425) 226-8853
/NJ
SIGNED BY.
Signature of approved representative
_s ,9
PRINTED NAME 2 J LIN N (7 'E � 1 V e- 015 ;DATE SIGNED. 7) ?
ATTACHMENT B
CONTRACTOR RATES
1 Service Calls
2 Towing includes 1St hour
A. Class A Truck
$ 95.00
Bid Amount
$ 95.00
Bid Amount
B Class B Truck $ 125.00
Bid Amount
C Class C Truck $ 200.00
Bid Amount
D River Recovery $ 225.00
Bid Amount
3 Standby Time
(15 minute intervals, after 1St hour)
Class A & B Truck
Class C Truck
4 Winching
(15 -minute intervals)
5 Drive Line Removal $10 00
6 Dolly rental — included in tow fee Included in tow fee
7 Mileage fee (after 10 miles) $2 50 per mile
1/4 of hourly rate, per 15 -minute interval
1/4 of hourly rate, per 15 -minute interval
t/4 of hourly rate, per 15 -minute interval
8 Vehicle release between 5 PM
and 8 AM and/or weekends or
Holidays) $50 00
9 Storage (1st 12 hours — no charge)
Amount for each additional 24-hour
Penod.
$30 00
CHARGES SHALL BE AS STATED FOR ITEMS 3 THROUGH 9
Amendment 1
Contract for Services
Vehicles Towing Services for the Tukwila Police Department
Rates for Towing Services The Bid Proposal Form and Contractor Rates section of the City's
contract with Skyway Towing are amended as shown on Attachment A (Bid Proposal Form) and
Attachment B (Contractor's Rates) The City shall pay the Contractor the rates outlined in
Attachments A and B for towing work done at the City's request.
Duration of Amended Rates Schedule The rates listed on Attachment A and Attachment B
will be in effect from the effective date of passage of this amendment.
All other provisions of the contract remain in full force and effect.
DATED this ��- day of r`$_ %_ s , 2000
CONTRACTOR. CITY OF TUKWILA
Kenneth B Powell II, President Steven M. Mullet, Mayor
ATTEST/AUTHENTICATED
1
1
1 I ��_ f 1, {, .)i.[ I- it : C
Jane E Cantu, City Clerk N
APPROVED AS TO FORM
'fu
City Attorney
ATTACHMENT A
BID PROPOSAL FORM
The undersigned proposes to perform all work in strict compliance with the amounts set forth below
1 TO PERFORM all Towing Contract work
in accordance with the attached Conttractor-
Rates as submitted
Washington State Sales Tax
Total Bid including Sales Tax
FOB N/A Delivery N/A
A
8
C
D
85.00
115.00
150 00
200 00
ii$
.
$ 7.31
9.89
12 90
17 20
$ 92 31
12489
16290
21720
Terms
N/A
FIRM NAME SKYWAY TOWING & RECOVERY, INCArDDRESS 1201 LIND AVE SW
CITY, STATE, ZIP RENTON , WA 98055
TELEPHONE 425-226-8050 FAX 425-226-8853
SIGNED
BY
signature of approved representative
PRINTED NAME RICHARD CHRISTENSEN
DATE SIGNED
1
Service Calls
2 Towing, includes 1st hour
A. Class A Truck
3
B Class B Truck
C Class C Truck
*D River Recovery
Stand By Tune
(15 minute intervals, after lst hour)
Class A and B Truck
Class C Truck
4 Winching
(15 minute intervals)
Drive Line Removal
Dolly rental -included in tow fee
Mileage fee (after 10 miles)
5
6
7
8
9
ATTACHMENT B
CONTRACTOR RATES
$ 85.00
Bid Amount
Vehicle release between 5 PM and 8 AM
and/or weekends or holidays
Storage (1st 12 hours no charge)
amount for each additional 24 hour period
a. Inside
b Outside
$ 85.00
Bid Amount
$ 115.00
Bid Amount
$ 150.00
$ 200.00
1/4 of hourly rate, per 15 minute intervals
1/4 of hourly rate, per 15 minute intervals
1/4 of hourly rate, per 15 minute intervals
$ 10 00
Included in tow fee
$2 50 per mile
$50 00
$ 30 00
$ 20 00
CHARGES SHALL BE AS STATED FOR ITEMS 3 THROUGH 9
*New' River Recovery' category
Police Towing and Impound Contract
Tukwila Police Department
Contract Addendum
Registered disposer licence Number, Primary and
Secondary Storage Areas and F.C.C. Radio Service
License Number
1 Registered Disposer License Number per RCW 46 55 5191 and 5023
2 Contractor is to provide location of primary and secondary (if applicable)
storage areas and proximity to the City of Tukwila, in miles
Primary Storage Area. 2980 E Valley Hwy
Renton, WA 98055
Proximity to the City of Tukwila. 1.5 Miles
Secondary Storage Areas 2980 E Valley Hwy includes two other Storage
yards. All Storage yards are approved by the
WSP. Approximately 4.5 Acres of fenced area
3 Contractor is to indicate below its F C C Radio License Number
F C C License Number 9702R198183
Expiration Date 5 February 2002
4 The bidder is required to indicate all tow trucks to be assigned / Available
to perform the services required (list year, make, type, vin, and license)
See following pages for truck list
4 The bidder is required to indicate all tow trucks to be assigned / Available
to perform the services required. (list year, make, type, vin, and license) Cont.
#18 1980 GMC 3500 H93191
#25 1988 Ford F-450 11631P
#26 1989 Ford F-450 24664T
#27 1977 GMC 3500 HV9159
#38 1986 Iveco NEC 32721L
#39 1988 Ford F-450 62691N
#08 1978 GMC
#17 1980 Ford
#19 1984 Inter
#23 1975 Ford
#29 1991 Inter
#35 1995 Inter
#37 1996 Inter
F-600
1700
F-600
4700
4700
4700
#28 1989 Freightliner
A38071A
84704H
57466J
77423L
72436W
76381Z
A38119A
A Class Trucks
TCM33AJ506099
2FDLF47M7JCA94587
2FDLF47M5KCA94511
TCL337Z506336
ZCFDC3142G1400733
2FDLF47G3JCA60916
B Class Trucks
TCE668V587134
R80SVJA5620
1 HTLAHEM3EHA30483
F60DVV41113
1 HTSAZRK4MH350434
1HTSCABK6SH612330
1HTSCABM5TH282165
C Class Trucks
A94222A 1FUYDCYBOKP364727 Century
Century
Vulcan
Vulcan
Super Cradle
Flat Bed
Flat Bed
Zak Lift
Holmes
Holmes
Holmes
Flat Bed
Flat Bed
Vulcan
#30 1979Kenworth 194221A 173404S
Zak Lift
See next page for list of special equipment and services offered by Skyway Towing
Offers to all Police agencies and Private Requests.
4. The bidder is required to indicate all tow trucks to be assigned / Available
to perform the services required. (list year, make, type, vin, and license) cont.
Special Equipment
1 - Chevy Travelall emergency response vehicle for equipment not usually carried
on a tow truck like extra lights, generators, saws, and spill cleanup supplies.
2 - 53 foot Landoll Trailers for loading large trucks missing rear wheels, boats with
damaged trailers, busses, or motor homes and coaches
4 - Semi Tractors (inspected and approved by Washington State Patrol and DOT)
1 - Forklift to help transfer loads from disabled or damaged trucks or trailers. It also
helps to aid in the cleanup of large tractor / trailer roll over
Under construction
Skyway Towing currently has three more trucks under construction that are
scheduled to be put into service by mid July of 1998 All of the Chassis and Recov-
ery units are already in our shop This will add a A Class Truck, B Class Truck and
C Class Truck to our already existing fleet.
5 The bidder is required to indicate its communications equipment
capability to meet the contract requirements
Skyway Towing Inc operates a 157.5 mhz radio system licensed at 75 watts which.
it owns outright. It is on the Emergency Auto Ban set up by the F C C with a call sign
of WNYK590 This insures at least a 40 mile radius of coverage with out the usual
dead zones of coverage or "wholes" We have our own antenna system, so we do not
relies on repeaters or transformers that may go down. Since this system is owned
completely by Skyway Towing there is no provider that may go down or interrupt
service.
Skyway Towing Inc also assigns each driver and supervisor a Motorola Digital
Pager to insure contact with a person even if they are out of the vehicle or a phone line
is busy
Skyway Towing Inc also supplies key personal with Cellular phones as an added
measure of protection to make sure the lines of communications are open.
6 The bidder shall provide a detailed description of its prior experience in
furnishing of Impound and Storage Services
For the last 38 years Skyway Towing Inc has provided Impound and Storage ser-
vice both privately and for the Law Enforcements Agencies of the area. This includes,
but is not limited to, Washington State Patrol, King County Police Department, Renton
Police Department, Kent Police Department, and Tukwila Police Department. We
have also rendered Service to Drug Enforcement Agencies, FBI, Railroad Law En-
forcement, Metro Officers, and United States Marshals.
6. The bidder shall provide a detailed description of its prior experience in
furnishing of Tmpound and Storage Services. Cont.
Skyway Towing Inc will soon also be offering its services to the Auburn, Algona,
and Pacific Police Departments when we open our new office in the City of Auburn.
This new office will not effect our ability to service Tukwila as it will have its own
staff. trucks and storage yard.
At this time we furnish Towing, Impound, and Storage Service to Washington
State Patrol, King County Police Department, and Kent Police Department.
Skyway Towing Inc is also listed and provides backup threw Valley Com as well
as doing private request towing and accidents for all law enforcement agencies m
King County
7. The bidder is to indicate how it would meet the response time
requirement of this contract:
All police calls, either for impound, accident, or private request, are given top
priority by our dispatch. This includes taking a driver off of a existing call they are
on to rerouting them to a police agencies call The managers and corporate officers
at Skyway Towing Inc have a long history in the towing industry and will be ca-
pable and willing of taking any available truck and providing service if no driver is
immediately available.
At night drivers have 10 minutes to be m there truck and enroute to a police call
from their homes. Since our shop is only 5 minutes from Tukwila, and drivers are
required to live with in 5 minutes of our shop, then no driver should ever take
longer than 20 minutes to respond to a Tukwila Police Call.
7. The bidder is to indicate how it would meet the response time
requirement of this contract. Cont.
Skyway Towing Inc also uses shift drivers at night. Working shift drivers at night
helps to make sure there is a driver on the street when a police call comes in. This
helps insure that the evening hours does not take away from the level of expertise.
Neither Skyway Towing, or the Police Departments need suffer because of the late-
ness of the hour.
8. Manpower: Indicate how sufficient staff is maintained through the year to
meet the requirements of this contract, in addition to other contracts the
bidder may be performing at the same time
Skyway Towing Inc maintains over 20 trucks in its fleet. Spare trucks are always
available in case of a truck breakdown. All drivers are cross trained in at least 2
classes of truck, and all three trucks classes A, B, and C are represented in the night
rotation crews. All drivers are hourly employees, not commission, so that the amount
of the tow is never a motivator in any way All drivers are offered full benefit pack-
ages including medical, dental, and vision. This shows drivers the commitment that
the Skyway gives them, and in return drivers stay longer and turnover is low
Office and dispatch employees are also paid hourly and cross trained to every
office job. This allows the office to function even if one or two employees are out for
what ever reason.
Again, all Corporate officers and Managers can do all office jobs in the case of an
emergency
8. Manpower: Indicate how sufficient staff is maintained through the year to
meet the requirements of this contract, in addition to other contracts the
bidder may be performing at the same time Cont.
Skyway Towing has been inspected and approved by both the Washington State
patrol and Washington Department of Transportation. DOT has checked our drug
testing program and inspected all of our records giving us a clean bill of operation in
March of 1998 This is evedent by Skyway Towing DOT numbers and ICC numbers.
9. Supervision. Indicate the degree of supervision for employees. Attach
an organizational chart to this document:
Kenneth & Donna Powell - Corporate President & Vice President
38 years of Towing and Recovery experience in both the office, and in Tow Trucks.
Mr Powell has passed the Towing and Recovery Association of America Heavy Duty
Course and is certified by Washington Drug Free Business per 49 CFW 603 of The
Federal Highway Administration. Mr and Mrs. Powell have been a mainstay in the
South County for nearly 4 decades and their contributions to the community are a well
known fact.
Richard Christensen - General Manager
27 years of management experience makes Mr Christensen a model rudder for the
Skyway Towing. He oversees all aspects of the company operations. Mr Christensen
began the drug screening program at Skyway Towing making it one of the first Tow-
ing Companies to have a testing and hiring policy Mr Christensen directs all con-
tracts, proposals and applications as well as being the liaison between Skyway and
any contract holders He too is certified by Washington Drug Free Business per 49
CFR 603 of the Federal Highway Administration.
9 Supervision. Indicate the degree of supervision for employees. Attach
an organizational chart to this document: Cont.
Mary Anderson - Office Manager
13 years with Skyway Towing Inc experience in both the office, and all laws,
Federal, State, County, and Cities Mrs. Andersons expertise in the paperwork area of
the Towing Industries is well documented. It is little wonder that a Kent Police Officer
recently commented that, "If you have a question. just ask Mary "
Bonafacio Pauza - Towing Co -Ordinator
15 years of Experience, starting as a tow driver and working up to management
possessions in some of the largest Towing firms in the Washington State Mr Pauza
oversees all driver training, scheduling, and discipline He is also responsible for truck
repair, inspection, and service Mr Pauza also handles Safety Meetings and keeping
the company up and latest technology and changes to the industry He is Nationally
Certified by the Towing and Recovery Association of America, Washington Tow Truck
Association Light and Medium Duty Course, AAA Towing and Customer Training,
Stars Safety Program Instructor, and Certified by Washington Drug Free Business per
49 CFR 603 of the Federal Highway Administration.
Skyway Towing also has as assets Kevin Schenewerk as Lead Large Driver, bang-
ing with him 15 years of Large Towing and Recovery, and recognized as one of the
areas best in Large Vehicle Roll over Another asset is Pat Daily His 25 years as a
customer service rep makes it easy for us to instantly handle any situation with any
customer
See Organization Chart on next page.
SKYWAY TOWING AND RECOVERY INC. ORGANIZATION CHART
Kenneth Powell - Corporate President
Donna Powell - Corporate Vice President
Richard Christensen - General Manager
f- Bonafacio Pauza - Towing CoOrdinator
Kevin Brian
Roy Bill
Boyd Rob
Mike James
Richard Steve
Dave Earl
10 Indicate your training program to insure operators are competent and
skilled to perform the work assigned to them
All drivers at Skyway Towing, both new and experienced, are trained and tested
using the TRIG (Towing and Recovery Insurance Group) guidelines by the Towing
Co -Ordinator All TRIG check outs are randomly verified by management to insure
driver awareness is at a maximum.
After 30 days on the job each driver receives his performance review, and if satis-
factory, must be registered for the next available National Certification course
This makes Skyway Towing Inc the first towing company in the Northwest to
make national Certification a prerequisite of employment. The cost of these courses
are paid by the company
All drivers are to have a CDL (Commercial Driver License) by the end of 1998
This requirement is not just for the C Class drivers, but all drivers as that is the level of
professionalism we expect. Here at Skyway we demand more of our drivers so you
may expect more as well.
10 Indicate your training program to insure operators are competent and
skilled to perform the work assigned to them Cont.
We also encourage all drivers to attend The Ross Kinman Safety Seminars spon-
sored by the Washington Tow Truck Association, and TRIG So far over 70% of our
drivers have attend at least one, and several drivers have attended more
The STARS safety program is also stressed in the company
11 Indicate your procedure for resolving issues that may arise out of the
performance of this contract.
Any issues that may occur will be handled in the following 5 Steps
1) All information from whatever source is documented by management.
2) Driver of Office personal gives a written statement of fact.
3) Manager reviews both statements and goes over them with each party
4) Manager goes over situation with the rest of the management team and makes their
recommendations Management will them approve final resolution.
5) Dick Christensen gives all parties concerned copies of all facts and statements and
reports final resolution to them.
As sometimes happens, all parties may not agree on the resolution, so more work may
be needed. Using this system Skyway Towing has been able to settle almost all situa-
tions to everyone's mutual agreement. Even in cases where some parties could not
agree on a final course of action they have enjoyed having everything written down
for their use later on.
12 Provide at least three (3) references of companies for whom the bidder has
recently performed services similar to the services required in the
contract document
Contact. Trooper Dewey, WSP Towing Inspector
Company Name Washington State Patrol
Address 2803 156th St SE, Bellevue WA 98007
Phone Number 025) 649-4370
Dates and description of services provided. Since March 1962
As with all law enforcement contracts, appointments, and rotations the services
tend to be the same Impound vehicles per State Trooper, Impounding vehicles per
owner at scene of accident, Providing private tows for motorists in distress, and tow-
ing disabled Washington State Patrol cars.
Contact David Estep
Company Name King County Police Department
Address King County Courthouse, Seattle WA
Phone Number (296) 205-8206
Dates and description of services provided Since May 1965
Impound vehicles per King County Police Officer, Impounding vehicles per owner
at scene of accident, Providing private tows for motorists in distress, and towing cars
to be used as evidence to the KCPD yard at Lake Young Facility, and possibly return
tow of same vehicle to our yard.
12 Provide at least three (3) references of companies for whom the bidder has
recently performed services similar to the services required in the
contract document Cont.
Contact: Captain Ed Crawford
Company Name Kent Police Department
Address 220 S 4th St, Kent WA 98032
Phone Number• (253) 859-4167
Dates and description of services provided Since March 1985
Impound vehicles per Kent Police Officers, Impounding vehicles per owner at
scene of accident, Providing private tows for motorists in distress, towing disabled
Kent Police cars, and hold cars in secured inside storage for investigation.
Vehicle Towings Service for the Tukwila Police Department
CITY OF TUKWILA
CONTRACT FOR SERVICES
THIS AGREEMENT, entered into this 22 day of May 199 8 , between the
City of Tukwila ("City"), and Skyway Towing&Recovery, Inc. , ("Contractor")
WITNESSETH
The parties, in consideration of the terms and conditions contained herein, do hereby
covenant and agree as follows
1 Compensation.
11
The City promises and agrees to employ, and does employ, the Contractor to
cause to be done the work provided for in this Contract and to complete and
finish the same according to the attached specifications and the terms and
conditions contained herein The City agrees to pay the Contractor according to
the payment schedule attached herein, said payment schedule includes any
applicable sales or use tax.
2 Scope of Work.
2 1 The Contractor shall perform the work according to the procedure outline in the
specifications attached hereto and incorporated herein.
3 Duration.
3 1 Work shall start as provided for in the attached statement of work. The Contract
shall be completed in 30 calendar days If the work is not completed within
the time specified, the Contractor agrees to pay the City the sum
f'' . F for each day the Contract remains uncompleted after
the expiration of the specified time as liquidated damages Said sum is fixed and
agreed upon by the parties because of the impracticability and extreme difficulty
of fixing and ascertaining the actual damages the City would sustain in the event
of noncompletion within the specified time
4 Bonds.
4 1 If required by the specifications, Contractor agrees to obtain a perfoiiiiance bond
using AIA document A311 Performance Bond, or other form approved in
advance in writing by the City If required by the specifications, Contractor
agrees to obtain a labor and material bond using AIA document A311 Labor and
Material Bond, or other form approved in advance in writing by the City
5 Relationship between Citv and Contractor
5 1 Contractor shall at all times be an independent contractor and not an agent or
representative of City with regard to performance of the Services. Contractor
shall not represent that it is, or hold itself out as, an agent or representative of
City In no event shall Contractor be authorized to enter into any agreement or
undertaking for or on behalf of City
6 Workers' Compensation and Insurance.
6 1 With respect to all persons performing the Services, Contractor shall secure and
maintain in effect at all times during performance of the Services coverage or
insurance in accordance with the applicable laws relating to workers
compensation and employer's liability insurance (including, but not limited to,
the Washington Industrial Insurance Act and the laws of the state in which any
such person was hired), regardless of whether such coverage or insurance is
mandatory or merely elective under the law
6.2 Contractor shall furnish to City such assurance and evidence of such coverage or
insurance (such as copies of insurance policies and Certificates of Compliance
issued by the Washington State Department of Labor and Industries) as City may
request.
6 3 Contractor shall secure and maintain insurance with provisions, coverages, and
limits substantially as specified in the attached certificate of insurance,
endorsement and/or schedule of insurance requirement or, if none is attached,
with such provisions, coverages, and limits as City may from time to time
specify to protect City, its successors and assigns, (collectively, the "Additional
Insureds") from any claims, losses, harm, costs, liabilities, damages, and
expenses (including, but not limited to, reasonable attorneys' fees) that may arise
out of any property damage, bodily injury (including death) or professional
liability related to the Services. Upon City's request, Contractor shall furnish
City with such additional assurance and evidence of such insurance (such as
copies of all insurance policies) as City may request. Within thirty (30) days
after any renewal or any notice of termination, cancellation, expiration, or
alteration in any policy of insurance required under this Agreement, Contractor
shall deliver to City a certificate of insurance acceptable to City with respect to
any replacement policy
6 4 Such policies or endorsements thereto must contain the following provisions
6 4 1 "The City of Tukwila is an additional insured for all coverages provided
by this policy insurance and shall be fully and completely protected to the
extent provided in said policy for any and every injury, death, damage,
and loss of any sort sustained by any person, organization, or corporation
in connection with any activity performed by the Contractor (except for
professional liability) by virtue of the provision of that Agreement
between the City of Tukwila and k
dated May 22, 1998
AA 4P
•, •,:t- •
6 4.2 "The coverages provided by this policy to the City or any other named
insured shall not be teimmated, reduced, or otherwise changed in any
respect without providing at least thirty (30) days prior written notice to
the City of Tukwila, Mayor, 6200 Southcenter Blvd., Tukwila, WA
98188
6 5 All policies of insurance required under this Agreement shall
6 5 1 be placed with such insurers and under such forms of policies as may be
acceptable to City;
6 5.2 with the exception of workers, compensation, employer's liability and
professional liability insurance, be endorsed to name the Additional
Insureds as additional insureds,
6 5 3 with the exception of workers' compensation, employer's liability and
professional liability insurance, apply severally and not collectively to
each insured against whom any claim is made or suit is brought, except
that the inclusion of more than one insured shall not operate to increase
the insurance company's limits of liability as set forth in the insurance
policy; and
6 5 4 provide that the policies shall not be canceled or their limits or coverage
reduced or restricted without giving at least 30 days prior written notice
to the appropriate contract services personnel of City
7 Labor and Wades.
7 1 If required by the specifications, prevailing wages shall be paid. Contractor
specifically agrees to compl with RCW 39 12 and to file all required forms,
certificates, and affidavits necessary to comply with Federal and State laws
before final payment shall be made by the City The latest prevailing wage rate
information may be obtained from the State of Washington, Department of
Labor and Industries, Industrial Relations Division, General Administration
Building, Olympia, WA 98501, ATTN Industrial Statistician, and shall be
incorporated in and become a part of this Contract.
8 Termination.
8 1 City may, by written notice thereof to Contractor, terminate this Agreement as to
all or any portion of the Services not then performed, whether or not Contractor
is in breach or default Upon receipt of any such notice of termination,
Contractor shall, except as otherwise directed by City, immediately stop
performance of the Services to the extent specified in such notice
8.2 In the event of termination pursuant to paragraph 8 1, an equitable adjustment
shall be made in the compensation payable to Contractor under this Agreement,
provided that such compensation as so adjusted shall in no event exceed a
percentage of the total compensation otherwise payable under this Agreement
equal to the percentage of the Services satisfactorily completed at the time of
termination Further, Contractor shall not be entitled to any reallocation of cost,
profit or overhead. Contractor shall not in any event be entitled to anticipate
profit on Services not performed on account of such termination. Contractor
shall use its best efforts to minimize the compensation payable under this
Agreement in the event of such termination.
8 3 If City purports to terminate or cancel all or any parts of this Agreement for
Consultant s breach or default when Contractor is not in breach or default which
would permit such termination or cancellation, such termination or cancellation
shall be deemed to have been a termination by City pursuant to paragraph 8 1
and the rights of the parties shall be deteinnned accordingly
9 Attorney's Fees.
9 1 The prevailing party in any action shall be entitled to reasonable attorney s fees
and court costs
IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed the
day and year first above written. Executed in triplicate
ATTEST
(
Jade Cantu, City Clerk
APPROVED AS TO FO
ae ,
City Attorney
CITY OF TUKWILA
BY
iLk:i ;1.4,
1
John W Rants, Mayor
CONTRACTOR
BY ,1 = �).A
i
Authorized Representative
KENNETH B POWELL
CERTIFICATION OF NONSEGREGATED FACILITIES
The Bidder certifies that he does not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he does not permit his employees to perform their
services at any location, under his control, where segregated facilities are maintained. The Bidder
certifies further that he will not maintain or provide for his employees any segregated facilities at
any of his establishments, and that he will not permit his employees to perform their services at
any location under his control where segregated facilities are mamtamed. The Bidder agrees that a
breach of this certification will be violation of the Equal Opportunity clause in any contract
resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities"
means any waiting room, work areas, restrooms and washrooms, restaurants and other eating
areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking
fountains, recreation or entertainment areas, transportation, and housing facilities provided for
employees which are segregated by explicit directive or are in fact segregated on the basis of race,
color, religion, or national origin., because of habit, location custom, or otherwise. The Bidder
agrees that (except where he has obtained identical certification from proposed Subcontractors for
specific time periods) he will obtain identical certifications from proposed Subcontractor prior to
the award of Subcontracts exceeding $10,000 which are not exempt from the provisions of the
Equal Opportunity clause, and that he will retain such certifications in his files.
Note: The penalty for making false statements in offers is in 18 U.S.C.s 1001
DATED THIS 22 DAY OF May , 19 98
SKYWAY TOWTNG & RECOVERY, TNr
(Finn Name of Bidder)
/\;.. F
(Signature of Bidder) (title)
KENNETH B POWELL PRESIDENT
li
NOTE. THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE BID.
4
‘e"??
ire_
7S (
NON -COLLUSION AFFIDAVIT
STATE OF WASHINGTON)
)ss.
COUNTY OF KING)
KENNETH B POWELL being first and duly sworn, on his oath, says that
the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on
behalf of any person not therein named, and he further says that the said bidder has not directly
induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other
person or corporation to refrain from bidding; and that said bidder has not in any manner sought
by collusion to secure to HIM self an advantage over any other bidder or bidders.
NAME OF FIRM SKYWAY TOWING & RECOVERY, INC
•
SIGNATURE OF BIDDER KENNETH B. WELL
ITI LE PRESIDENT
Subscribed and sworn to before me this 22 day of May
19 98
Notary Public in and for the State of Washington
residing at;
f
%fid
BID PROPOSAL FORM
Having carefully examined the Invitation to Bid, the Instructions to Bidders, the General Terms
and Conditions, the Special Provisions, and the Specifications, the undersigned proposes to
perform all work in strict compliance with the above-named documents for the amount set forth
below
IN ORDER TO QUALIFY YOUR BID. THE FORM OF PROPOSAL MUST BE SIGNED.
1 TO PERFORM all Towing Contract work
in accordance with the attached Contractor -
Rates as submitted
Washington State Sales Tax
Total Bid including Sales Tax
A B C
$ 63 53 74 58 98 52
$ 5 47
6 42
8 48
$ 69 00
81 00
107 00
F O.B /. Delivery , u _! Tell is 't -
(_ / ,/-
FIRM NAME SKYWAY TOWING&RECOVERY,IN I)DRESS 1201 LIND AVE. S_W_
CITY/STATE/ZIP RENTON WA. 98055
TELEPHONE 425-226-8050 FAX 425-226-8853
SIGNED
BY
(SIGNATURE OF APPROVED -REPRESENTATIVE)
PLEASE PRINT NAME KENNETH R _ POWF.T,T,
I hereby acknowledge
receipt of the
following addenda
BY
CONTRACTOR RATES
1 Service Calls
2 Towing, includes 1Sr hour
A Class A Truck
B Class B Truck
C Class C Truck
3 Stand -By Time
(15 minute intervals after 1S` hour)
Class A R B Truck
Class C Truck
4 Winching
(15 minute intervals)
5 Drive Line Removal
6 Dolly Rental included in tow fee
7 Mileage Fee (after 10 miles)
8 Vehicle release between 8 00 p.m.
and 8 00 a.m.
9 Storage (1st 12 hours no charge)
amount for each additional 24-hour
period
a. Inside
b Outside
$ 63.53
Bid Amount
$ 63.53
Bid Amount
s 74 58
Bid Amount
$ 98 52
Bid Amount
1/4 of hourly rate, per 15 -minute intervals
1/4 of hourly rate, per 15 -minute intervals
1/4 of hourly rate, per 15 minute intervals
$10 00
Included in tow fee
$2.50 per rile
$50 00
$20 00
$20 00
CHARGES SHALL BE AS STATED FOP ITEMS 3 THROUGH 9
CERTIFICATE AS TO CORPORATE PRINCIPAL
I, KENNETH B POWELL certify that I am the
PRESIDENT of the Corporation named as Bidder in the
Proposal(s) attached hereto, that KENNETH B. POWFJ,T,
who signed said Proposal(s) on behalf of the Bidder, was then PRESF I ENT
of said Corporation, that said Agreement was duly signed for and in behalf of said Corporation
by authority of its governing body, and is within the scope of its corporate powers
By
Al
/ /C /L
KENNETH B POWELL
Title PRESIDENT
STATE OF WASHINGTON)
(ss
COUNTY OF KING)
On this day personally appeared before me
known to me to be the individual(s) who executed the within and foregoing instrument, and
ackno\\ ledged that said instrument was signed as a free and voluntary act and deed, for the uses
and purposes therein mentioned and further acknowledges that execution of said instrument was
an authorized act.
GIVEN UNDER MY HAND and official seal this o.1- day of
7i , 19
,_-` 1
NOTARY PUBLIC in and for the,,--'- 1'-%-
State of Washington, residing at
EXCEPTIONS
Any exceptions to the specifications as shown on previous pages must be shown below Failure
to list any exceptions below will indicate bidder has no exceptions to specifications and will
indicate that if awarded a contract, bidder could complete the contract at his bed price following
all specifications with no exceptions.
Skyway Towmg Inc. has several pieces of special equipment, mcludmg but not limited
to its Landall Trailers and Tractors, not mentioned m the formal contract. We would like to
reserve the right to use, with permission of the Tukwila Police Department, these special pieces
of equipment for Jobs. These pieces of equipment may allow us to clear a road faster, to do less
damage to public works or private property, or to insure a safer work area for our drivers, police,
or the public at large. If the price for the piece of equipment is not included the formal contract
at time of signing, price may be negotiated with TPD or the Registered Owner, before the work
is started. Skyway Towmg would of course give final decision on such equipment usage to the
Tukwila Police Department.
Skyway Towing would further stipulate that all such equipment would be approved the
Washington State Patrol, and the representative of the Mayor of The City of Tukwila.
Skyway Towmg Inc. is worried that the area for Sheltered Space and Secure Storage as
is outlined in the bid package may not be adequate for all the needs of this contract and The
Tukwila Police Department. We would like to reserve the right to make other arrangements as
may be necessary, as long as it is in agreement with The representative of the Mayor for the City
of Tukwila.
Skyway Towing Inc. reserves the right to change the training procedure and certifica-
tions of drivers as new technology and safer practices becomes aware m the industry.
Skyway Towing Inc. also politely asks, that if awarded this contract, the representative
of the Mayor of the City of Tukwila and us can agree upon special circumstances that may affect
our ability to service this contract such as snow, flooding, wind storms, or other natural events.