Loading...
HomeMy WebLinkAbout2009-227 Agrmt - Star Collision Centers Inc CITY OF ASHLAND " Agreement for Towing Services TillS AGREEMENT is entered into between the CITY OF ASHLAND, OREGON, by and through the City Council, hereinafter referred to as City, and STAR COLLISION CENTER. INC. dba STAR 24- HOUR TOWING, hereinafter referred to as Contractor. WHEREAS, the Ashland Police Department regularly requests towing and impound services; and WHEREAS, the Ashland Police Department would like to establish standards and guidelines for tow operators that respond to tow requests by the Department; and WHEREAS, Contractor responded to City's Request for Proposals for towing services and was selected by the panel that reviewed the proposals. NOW THEREFORE, CITY AND CONTRACTOR HEREBY AGREE AS FOLLOWS: 1. DEFINITIONS. 1.1. AGREEMENT: This document, entitled Agreement for Towing Services, and any exhibits incorporated herein. 1.2. CITY: Authorized employees ofthe City of Ashland, including, but not limited to, the Ashland Police Department and Ashland Fire and Rescue, 1.3, CONTRACTOR: A tow company, which is partyto this Agreement, its employees, agents and associates, including all principal parties, such as its officers, directors and managers. 1.4, GATE FEE: Fee assessed for access to a vehicle, whether for release or retrieval of personal effects, on City holidays or outside regular business hours. 1.5, GVWR: Gross Vehicle Weight Rating as specified by the manufacturer. 1.6, HOLIDAYS: The days of the year observed by the City include: New Year's Day, Martin Luther King, JL Day, President's Day, Memorial Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Day, Day after Thanksgiving, and Christmas Day. 1.7, OAR: Oregon Administrative Rules. 1.8, ORS: Oregon Revised Statues. 1.9, OWNER: The person in whose name a vehicle title is registered, or the person who has the right to possession of the vehicle. 1.10, OWNER'S AGENT: A person authorized by a vehicle owner to have access to the vehicle. 1.11. PERSONAL EFFECTS: Property within a vehicle that is not bolted, fastened, snapped or otherwise attached to the vehicle. 1.12. RELEASE: A document issued by the City authorizing the Contractor to release the vehicle to the person named. . 1.13. TOW: To mechanically draw, pull, or haul by use of a tow truck. 1.14, TOW DISP ATCH(ER): The company under contract with the City to provide central dispatching of towing services, 1.15, TOWING SERVICES: Services performed by Contractors defined in this Agreement, including: towing, winching and recovery, dollying, disabling drivelines, secUring unstable loads, clean up at accident scenes, moving cars at the storage facility, storage, and disposal of unclaimed vehicles, and the following types oftows: 1.15,1. CLASS A: A tow, or services request, of a single vehicle that has a combined GVWR of26,000 or less including the required Class A tow truck. 1.15.2, CLASS B: A tow, or service request, of a vehicle or vehicles that does not exceed GVWR of 80,000, not including the required Class B tow truck. RFP Towing and Storage Services, 10/14/2009, Page 1 of8 ~,~".-" \.-LA>:>>:> \.-: A tow, or servIce request, ot a vehIcle or vehicles that does not exceed GVWR of 98,000, including the required Class C tow truck. 1.15.4, NON-PREFERENCE TOW: A request for towing services ordered from the rotation list. 1.15.5, .fREFERENCE TOW: A request for towing services specifically naming a tow company either ~ on or off the rotation list. ' 1.16, VEIDCLE DESCRIPTION: A description ofa vehicle including at a minimum the license information, issuing state, make, model, year, color, body style, and vehicle identification number (VIN). ' 2, SCOPE OF SERVICES, Contractor agrees to tow and store vehicles when requested to do so by City or Tow Dispatch. Towing requests may include abandoned vehicle tows or impoundment tows. The Tow Dispatcher will forward such requests to Contractors under contract by the City. 3. COMPENSATION, Contractor will not be paid for its services by City; however, Contractor will collect fees owed from owners, lien holders of vehicles towed, or others paying on their behalf. Contractor will provide its services at the rates att~ched to this Agreement and hereby incorporated as Attachment A. 4, TERM, This Agreement is effective upon execution by both parties, and it shall continue for two years thereafter. Upon expiration of this Agreement, Contractor may request a two year extension by contacting the City in writing more than 45 days before the expiration of this Agreement. The extension shall be granted unless the City objects in writing more than 30 days before the expiration of this Agreement. . 5, CONTRACTOR MINIMUM SERVICE REOUlREMENTS, 5,1. LICENSES. 5,1.1. GeneralOperations. Contractor shall possess a City business license and all commercial vehicle and operator licenses required under local, state and federal regulations, including but not limited to, the Oregon Department of Motor Vehicles, Public Utilities Commission, and ' Department of Transportation. 5,1.2. Sale & Disposal of Vehicles. Contractor shall meet all state requirements and possess bonding necessary for the sale and/or disposal of vehicles. 5,2, TOW VEIDCLES, ,All tow vehicles shall comply with minimum local, state, and federal equipment standards for common carriers and tow trucks as specified in the Oregon Revised Statutes, Oregon Administrative Rules, Department of Motor Vehicle Laws, and all other applicable laws. 5,2,1. Vehicles Required, Contractor shall possess a minimum of two Class A tow vehicles, one Class B tow vehicle, and one Class C tow vehicle. Each vehicle must meet all of the requirements for its class required by OAR 257-050-0200 and OAR 734-076-0015(17). 5,2,2, Safety Devices, All vehicles shall have all safety devices and equipment required by law and shall maintain such devices in good operating condition. 5,3, TOW OPERATORS, Contractor shall comply with all federal, state, and local laws and regulations and have the appropriate licenses and endorsements to operate tow trucks. 5,3,1. All persons conducting any and all business related to this Agreement shall be identified on a personnel roster submitted prior to signing this Agreement. Any changes to personnel shall be reported to the City by the 10th day of the month following the change. 5.3.2. In addition, Contractor shall be subj ect to criminal background investigation, and all employees who represent the business must be free of any convictions for felonies. 5.4, COMMUNICATIONS, 5.4,1. Contractor shall have a dispatch facility with equipment capable of two-way voice communication with Contractor's tow trucks to dispatch tow services 24 hours a day, 365 days a year. 5.4,2. Contractor shall have a facsimile machine installed on a line dedicated to fax transmissions only, fully supplied and ready to receive and transmit at all times. Facsimile machines shall be set to provide the sender's identification. 5,5. RESPONSE TIME. Contractor shall respond to all tow requests dispatched to Contractor by the Tow RFP Towing and Storage Services, 10/14/2009, Page 2 of8 ~ UIspatcher WIthm thIrty l JU) mmutes ot receIving the dispatch. 5.~, PLACE OF BUSINESS AND OPERATIONS; 5,6.1. Business Office, 5,6,1,.1. The Contractor has an established place of business within the Ashland city limits. . 5.6,1.2, The place of business has an office area that is accessible to the public without entering the storage facilities, 5.6.1.3, The business office is open for the purpose of inspection of business records and towing equipment from 8:00AM to 5:00PM excluding weekends and holidays. 5,6,1.4, The business office shall maintain records that contain the following information for at least three years for each tow: vehicle description; location from which vehicle was towed; location vehicle was towed to; towing operator; reason for the tow; time and date of service including any storage dates; and an itemized list of services and fees. 5,6,1.5, The Contractor has personnel available 24 hours a day, 365 days a year, who can be contacted to release impounded vehicles or property in vehicles. The contact number for personnel shall be posted and clearly visible whenever the business office is closed. 5,6.2. Storage Facilities, 5,6,2.1. The storage facility shall be within ten miles ofthe Ashland city limits. 5,6,2,2. The storage facilities shall be secured with a combination of closed buildings, fencing, and locks to protect against unauthorized entry in accordance with OAR 257-050-0140(16)- (17). 5.6.2.3, The storage facilities are under Contractor's exclusive control and are not shared with other tow companies. 5,6,2.4, The storage facility complies with all zoning requirements of all applicable governments. 5,7, INSURANCE REQUIREMENTS, 5.7.1. Contractor shall at its own expense provide the following insurance: 5,7,1.1. Worker's Compensation insurance in compliance with ORS' 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers, 5,7.1.2, General Liability insurance with a combined single limit, or the equivalent, of not less than $1,000,000 for each occurrence for bodily injury and property damage, or insurance in the amount required by ORS Chapter 825. It shall include contractual liability coverage for the indemnity provided under this contract. 5.7.1.3, Automobile Liability insurance with a combined single limit, or the equivalent, of not less $1,000,000 for each accident for Bodily Injury and Property Damage, including coverage for owned, hired or non-owned vehicles, as applicable. 5,7.1.4, Other insurance for garage keeper's liability, insurance to protect against vehicle damage, , and cargo insurance as required by OAR 257-050-0070. 5.7,1.5, Additional Insured/Certificates of Insurance. Contractor shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies required herein but only with respect to Contractor's services to be provided under this Agreement. As evidence of the insurance coverages required by this Agreement, the Contractor shall furnish acceptable insurance certificates prior to commencing work under this Agreement. The certificate( s) will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies, trust agreements, etc. shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self-insurance 6, TOW ROTATION, 6,1. Requests for towing services by Contractor for non-preference tows will be made from a rotational list. The list will be in alphabetical order of the tow companies' names. Calls will be dispatched by Tow Dispatch to the next Contractor 'on the list with each successive call in the order that calls are received. If a tow is canceled before the next Contractor on the list has been assigned a tow, then the Contractor that received the cancellation will get the next tow assigned, unless the list has proceeded to the next RFP Towing and Storage Services, 10/14/2009, Page 3 of 8 tow company. It the rotatIOn lIst has proceeded to the next tow company, then the Contractor will not get another call until the list rotation has been completed. The full rotation will be observed in such cases in order to maintain the integrity of the list. City may cancel the dispatch of a tow request for any reason ~eemed necessary up to the point that the Contractor hooks up the vehicle to be towed. l"reference tow requests by the City will not be included in this Agreement. 7, RESPONSE TIME, 7,1. Contractor shall inform Tow Dispatch whether it accepts an assignment within three (3) minutes of receiving a call. Contractor shall not accept an assignment unless it has the equipment available and is capable of responding and arriving within the required timeframes outlined in this Agreement. Contractor shall not accept a call and then later decline it, except for circumstances beyond the control of the Contractor, 7,2. Contractor shall respond to all tow requests dispatched to Contractor by the Tow Dispatcher within thirty (30) minutes of receiving the dispatch. 7.3. Lack of a timely response may result in the Contractor being canceled from the call and placed at the bottom of the rotation list. Repeated lack of timely response may result in termination of this Agreement. ' 8. DECLINING TOW REOUEST. 8.1. Contractor shall inform the Tow Desk, within three (3) minutes ofreceiving the dispatch, if Contractor is for any reason unable to respond to a tow request, or unable to respond within the required time, and must decline the tow request. Contractor shall inform the Tow Desk immediately if, upon arrival at the tow scene, any aspect ofthe towing situation prevents performance ofthe tow. Declining a tow request more than three minutes after the Contractor receives the dispatch shall be considered failure to respond. 8.2, If a Contractor declines a tow request, the rotation is advanced and the next available Contractor on the rotational list shall be dispatched. 8.3, If a Contractor is offered a request to tow multiple vehicles, but'is unable to take all of the tows, the Contractor shall not have to decline the tow request as long as the Contractor is able to take at least one of the tows during the initial dispatch call. 9. STORAGE PRACTICES. 9,1. Contractor shall store all vehicles towed under this Agreement at its storage facility location designated as the primary storage location according to the Proposal and this Agreement. 9,2, Vehicles up to twenty (20) feet in length shall be considered to be one storage unit and shall be assessed the allowable rate for one (I) storage space. The determination of the length of a vehicle shall be limited to the actual area the vehicle and its load (if applicable) cover or project over. 9,3, Contractor shall exercise reasonable care to protect stored vehicles and the personal effects thereof from vandalism, theft or burglary. For purposes of this Agreement, reasonable care shall mean, at a minimum: 9.3.1. Store vehicles in the storage facility completely enclosed by a fence, or other enclosure, and keep all gates, doors and other openings secured at all times except during authorized entry into, or exit from, the storage facility. 9.3.2. When door keys are available, locking vehicle doors and keeping key(s) tagged and stored in an area protected from unauthorized access. 9,3,3, , Close vehicle windows and sunroofs, using a tarp to protect a vehicle with broken windows or un-closeable sunroofs. No additional fee will be assessed for this service. 9,3,4, All persons, who are not Contractor personnel, will be escorted when they are inside the secured area. 10, RELEASE OR DISPOSITION OF A VEIDCLE, 10.1. Contractor shall provide the following information whenever a vehicle owner/ owner's agent inquires about the release of a vehicle: 10,1.1. Whether the City must authorize release of the vehicle; RFP Towing and Storage Services, 10/14/2009, Page 4 of 8 ~u,~,.<;. wnen a gale tee IS applicable and the amount due; and 10.1.3, Any additional fees that may apply. 10,2, Contractor shall only release vehicles to the registered owner/owner's agent or a person that has legal right t,o the vehicle under Oregon law unless the CIty has placed a hold on the vehicle. , 10.3, Contractor shall release stolen vehicles to the owner/owner's agent upon payment of towing and storage charges without a release from the City unless the City has placed a hold on the vehicle. 10.4, If the vehicle was impounded for insurance purposes or do to a criminal hold, the Contractor shall not release a vehicle to the owner/owner's agent without a written release on city letterhead from a City representative. The City shall note on the Vehicle Inventory Form or during the tow that "release is required" or that there is a "hold" on the vehicle if a written release from the City is required, 10.5, Contractor shall allow any person who shows proof of ownership or authorization to view the vehicle during normal business hours unless the vehicle was seized or stored as evidence by the Ashland Police Department. 10,6. Unless a hold is placed on a vehicle by the City, the contractor shall allow retrieval of items of a personal emergency nature, such as eyeglasses, medication, clothing, identification, wallets, purses (and their contents), credit cards, check books, any known money-currency, and child safety car and booster seats, except as provided in ORS 819.110 and ORS 819.160. 10.6.1. Contractor shall not remove any parts, property or personal effects or any other thing from a vehicle, except as specifically permitted in this Agreement, or at the explicit request of the vehicle owner/owner's agent. 10.7, Contractor shall assume sole responsibility for the theft, disappearance, or damage of a vehicle, its parts or any personal effects within the vehicle, once the vehicle has been taken under tow. This does not include items removed from the vehicle and taken into custody by the City. 10.8. Contractor shall deliver any citations accompanyillg the vehicle when releasing a vehicle to the owner/owner's agent. 10,9, Contractor shall provide a notice of release to the City for any vehicle in which the Contractor forecloses a possessor's lien, obtains a dismantling certificate, accepts title in lieu of payment, or files a DMV Form 271. 10.10, Contractor shall abide by all applicable state and local laws when selling or disposing of an unclaimed vehicle. 11. COMPLAINTS. 11.1. Contractor's place of business and storage facility shall have posted in a prominent place a notice entitled "Complaints" setting forth the Contractor's address and telephone number to which complaints should be directed, and a notice that a record of all complaints shall be open to inspection and review by the City at any time on its request. 11,2. Contractor shall provide the name, address and phone number of its insurance agent(s) and the insurance company that issued its policy to any person who requests such information. 11,3, Contractor shall maintain a record of all complaints received either in writing or by telephone. 11.4, Contractor shall refer all complaints of unfair charges to the City. 11.5, Contractor shall provide the City with the name and telephone number ofthe person assigned to handle complaints on its behalf. ' 12, CONTRACTOR'S OBLIGATIONS AND DUTIES. . 12,1. Contractor or its insurer shall give 30 days written notice to the City in the event of any cancellation, material change, reduction oflimits, or intent not to renew the insurance coverage(s). 12.2, After arriving at the tow scene Contractor shall perform the tow, or determine the appropriate equipment necessary and summon it, as long as Contractor is authorized to perform the tow. 12.3, Contractor shall perform all work in a safe, courteous, and respectful manner. 12,3,1,1. Contractor shall not be verbally or physically offensive, abusive, disrespectful or discourteous to any customer, motori~t, City employee or any other person. 12.3,1.2, Contractor shall not operate any vehicle or other equipment in performance of this Agreement in a careless, reckless, or negligent manner. 12.4, Contractor shall be responsible for clean up of an accident scene as provided by ORS 822.225. RFP Towing and Storage Services, 10/14/2009, Page 5 of8 Contractor shall carry, and use when necessary, absorbent material, brooms, shovels and waste containers to clean the usual debris at accident scenes. Contractor shall train its employees in the proper use of these materials, 12.5. ,Contractor shall make the business office and storage facilities available for inspection by the City at , any reasonable time during normal business hours, ' 12.6, Conp-actor shall not cause unnecessary damage to the persons or property of others while performing under this Agreement. 12,7, Contractor shall not make any false statements of material fact, or omit disclosure of material fact in performance of this Agreement. 13. DEFAULT, 13,1. Contractor agrees and recognizes that strict adherence to all terms, and conditions of this Agreement, the rules and directives ofthe City and the laws of the City, State, and Federal Govemments which are material to the performance of this Agreement, are in the public interest and of the utmost importance to the City, and that failure to abide by all rules, directives, laws and all terms and conditions ofthis Agreement may result in the City exercising its rights to terminate this Agreement or impose other remedies. Contractor shall be in default of this agreement if Contractor: 13.1.1. Commits any material breach or default of any covenant, warranty, certification, duty or obligation it owes under this Agreement; 13,1.2, Loses any license, certificate or certification that is required to perform the duties required by this Agreement; 13,1,3, Institutes an action for relief in bankruptcy or has instituted against it an action for insolvency; makes a general assigmnent for the benefit of creditors; or ceases doing business on a regular basis of the type identified in its obligations under the Contract; or 13.1.4. Attempts to assign rights or delegate duties included in this Agreement. 14, TERMINATION, 14.1. MUTUAL CONSENT, This contract may be terminated at any time by mutual consent of both parties. 14,2, DEFAULT OR BREACH. 14,2.1. Either City or Contractor may terminate this contract in the event of a breach of this Agreement by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date of the notice, or within such other period as the party giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice oftermination by the party giving notice. 14.2.2. Time is of the essence for Contractor's performance of each and every obligation and duty under this contract. City by written notice to Contractor of default or breach may, at any time, terminate the whole or any part of this contract if Contractor fails to provide services called for by this contract according to the terms and within the time specified herein or in any extension thereof. 15. MISCELLANEOUS, 15,1. NON-EXCLUSIVE, This is not an exclusive contract for towing services. The City may from time to time utilize towing services for special needs outside this Agreement at its discretion. The City will make all efforts to utilize the services of Contractors on the list consistent with the interests of public safety and timeliness. c 15.2, NON-WAIVER. Waiver by either party of strict performance of any provision of this Agreement shall not waive or prejudice the party's right to require strict performance of the same provision or any other provision in the future. City's acceptance of Contractor's failure to perform an obligation required under this Agreement, shall not affect City's remedies for failure to perform such obligations. 15.3. INDEMNIFICATION, Contractor agrees to defend, indemnify and save City, its officers, employees and agents hannless from any and all losses, claims, actions, costs, expenses, judgments, RFP Towing and Storage Services, 10/14/2009, Page 6 of8 " suoroganons, or other damages reSUltIng trom Injury to any person (including injury resulting in death), or damage (including loss or destruction) to property, of whatsoever nature arising out of or incident to the performance of this Agreement by Contractor (including but not limited to, Contractor's employees, agents, and others designated by Contractor to perform work or services .. attendant to this Agreement). Contractor shall not be held responsible for any losses, expenses, claims, subrogations, actions, costs, judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 15.4, INDEPENDENT CONTRACTOR STATUS, Contractor is an independent Contractor and not an employee of the City. Contractor shall have the complete responsibility for the performance ofthis contract. 15.5. ASSIGNMENT AND SUBCONTRACTS, Contractor shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Contractor shall be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. 15.6. REMEDIES CUMULATIVE. The rights and remedies of City under this Agreement upon a default or breach thereof by Contractor are not exclusive and City shall have all rights and remedies allowed under applicable law in addition to the rights and remedies contained in this Agreement. 15,7, ATTORNEYS' FEES, If any litigation is commenced between the parties to this Agreement, the prevailing party in that litigation shall be entitled, in addition to any other relief that may be granted in the litigation, to a reasonable sum for that party's attorneys' fees, including attorneys' fees on appeal. The amount of the fees shall be determined by the court in that litigation or in a separate action brought for that purpose. 15.8, NOTICES, Except as otherwise expressly provided by law, any and all notices or other communications required or permitted by this Agreement or by law to be served on or given to a party ofthis Agreement shall be in writing and shall be deemed duly served and given when personally delivered to the party, any managing employee of the party, or, in lieu of personal service, when deposited in the United States mail, first class postage prepaid, addressed to the appropriate party as follows: CITY CONTRACTOR City of Ashland 20 E. Main St. Ashland, OR 97520 ' Ashland, OR 97520 15.9, STATUTORY REQUIREMENTS, ORS 279B.220, 279B.230, 279B,235, ORS Chapter 244 and ORS 670.600 are made part of this contract and apply as though set forth fully herein. 15.10. LIVING WAGE REQUIREMENTS. If contractor is providing services under this contract and the amount of this contract is $18,088 or more, Contractor is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in that chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more ofthe work under this contract. Contractor is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 15,11, USE OF RECYCLABLE MATERIALS. Contractor shall use recyclable products to tlie maximum extent economically feasible in the performance of the contract work set forth in this document. 15,12, GOVERNING LAW; JURISDICTION; VENUE, This contract shall be governed and construed in accordance with the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines, Any claim, action, suit or proceeding (collectively, "the claim") between the City (and/or any other department of the State of Oregon) and the Contractor that arises from or relates to this Agreement shall be brought and conducted solely and exclusively within the Circuit Court of Jackson County for the State of Oregon. If, however, the claim must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon filed in Jackson County, Oregon. Contractor, by the signature . RFP Towing and Storage Services, 10/14/2009, Page 7 of8 herem ot Its authonzed representative, hereby consents to the personal jurisdiction of said courts. In no event shall this section be construed as a waiver by City of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution, or otherwise, from any claim or from the jurisdiction. . 15,1~, NONAPPROPRlATIONS CLAUSE. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to fmance the costs ofthis Agreement within the City's fiscal year budget Contractor understands and agrees that City's payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is contingent on City appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable administrative discretion, to continue to make payments under this contract. In the event City has insufficient appropriations, limitations or other expenditure authority, City may ternlinate this contract without penalty or liability to City, effective upon the delivery of written notice to Contractor, with no further liability to Contractor. 15,14. PRIOR APPROVAL REQUIRED, Approval by the City Councilor the Public Contracting Officer is required before any work may begin under this Agreement. 15,15. CERTIFICATION, Contractor shall sign the certification attached hereto as Exhibit A and herein incorporated by reference. 15.16. SEVERABILITY. If any provision of this Agreement is held by a court of competent jurisdiction to be either invalid, void, or unenforceable, the remaining provisions ofthis Agreement shall remain in full force and effect unimpaired by the holding. 15.17, COMPLETE AGREEMENT, This contract and attached exhibits constitute the entire Agreement between the parties. No waiver, consent, modification, or change ofterms ofthis Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent, modification or change, if made, shall be effective only in the specific purpose given. There are no understandings, agreements, representations, oral or written, not specified in this Agreement Contractor, by signature of its authorized representative, hereby acknowledges that he/she has read this Agreement, . understands it, and agrees to be bound by its terms and conditions. INTENDING TO BE BOUND, the parties have executed this Agreement as of the date written below. ~ \ 0- 2- b-Cfl Date CONTRA<:'~ By: ~ Signature J\(L~l\...l4\\-1~s\XXJ 0fL- cv.>N~ Print Name, Title CITY OF ASHLAND: By: ~ 5.- ~ Signature . /O/Z? /~ 7 Date ,t' .,_ ~~ ~<f.Ii I~c;,~ Print Name, Title hAl ~c.E.. D/~~ RFP Towing and Storage Services, 10/14/2009, Page 8 of8 . ;t." ,.:;:/*i,: .. ;..;:~.::',: '. ~t~~,., ~/ /' --; I. . ..~ 7 / ;l> ~ c ;u ~ m Z en o 00 tg~ m ,;~(::/.~o .~~ :.r~ ~.. .". ;:-iF." ./1, ~~ '''{iif'''~ :;:.-,,,,-~:,,',~o '::~POl.''Z} ';~4'''L. "'t-:. ,;~;;;: ~ , '''-' <i -"0 ;'., . "'":.,tm',.l z , '/;: (' " :~: !:' : '~;'\,..,,:' ."- ,..",.~'i 'p" 01 . r" '-\-:..f ~ -I ' " ~,..~ :~J~ ;-;; o ,,'4; -;., ' '.~ III ~t:~ "~ o'lI't en nl I\) ffl o Gl Z (jj )> -10 g o~~~ z 0021 ~ z j!i>5 g _ '''~IC[ c:: -ffl N en enc~ ~Ol::!!lS " Iii !l1 ... 1" I ( J '-- ;s:"tlen gjO~ .."CJ:l;U O~N ,;U -l> .o~I 000 ;coe <0 ;C -.j --! 01 0 ~,::.;: Z Gl -'. ',- ,:'..~..:,.'"',:'" :'; ,"', rIl' ;, '-,:.~,:~< '.., .~ ..-.. , ., ...,.,.. .;~~~~f '- , , ~ f .. I , 101m 1 r-'C;:; , --j ,~ ~ w 0 N Z Z LIP -J ~ ;.., m I !!/ ,. " I " '" ill en ..' OJ ~C Nfl> gz: ,m, ,en III j!r-(") 00 ::j :;;g -< (5::1 0 ~~<n> ;g~CI) ~ ffl::J: 'O~ ~~ ZZ Z Co m ' " C~ ~>< en !Jl~ ~(i') 'r-- :;sCI) -I ~, 5 z ," --' ". ACORQTM , CERTIFICATE OF LIABILITY INSURANCE I DATE (MMJOD/YYVYI 10/1912009 PRODUCER THIS CERTlRCATE IS ISSUED AS A MATTER OF INFORMATlON ONLY AND Zurich, ASM Account Service Center CONFERS NO RIGHTS UPON THE CERTIACATE HOLDER. THIS CERTIACATE 7045 College Blvd, DOES NOT AMEND, EXTENDORALTERTHE COYERAGE AFFORDED BY THE POLICES BELOW, OVerland P'!-J'k, KS 66211 Fax: 888-734.6776 Ph: 877-225.5276 opt. 1 INSURERS AFFORDING COVERAGE NAlC # INSURED 012551400 SURER A: Universal Underwriters Insurance Company 411B1 STAR COWSION CENTERS, INC, DBA. STAR BODY SURER B: UniVersal Underwriters of Texas Ins. Co. 40843 WORKS DBA, STAR 24HOUR TONING DBA, STAR SURER C: COLLISION CENTER OF ASHlAND, INC. DBA STAR COWSlON CENTERS, INC. DBA STAR COWSION hNSURER 0; CENTER STAR COWSION CENTER OF ROGUE RIVER, INC, ~N;>URER E: 1024 SUMMIT AVE MEDFORD, OR 97501 COVERAGES THE PO...ICIES OF INSURANCE LISTED BELCW HAVE BEEN ISSUED TO THE NSURED NAMED ABOVE FOR THE PO..CY PERIOD INDICATED. NOlWrrHSTANDING ANY REQUIREMENT. TERM OR CQIIOITIOO OF ANY CONTPACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSueD OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJEGTTOALL THE TERMS, EXGLUSmSANDCQIIDITlCNS OFSUGH POL(;IES. AGGREGATELlMrrS SHONN MAY HAVE SEEN REDUCED BY PAlO CLAIMS. INS. ADO'L TYPE OF IMSUHANCE POUCY NUMBER POUC'( EFFECTNE P~Tc;t:.l:n~~~ uwm LTR INS.D DATE{l.UNDDiYY) OENERALUABlLnY EACH OcaJARENCE. $ ~OOMEAClAL GENERAL LIABILITY ~~,f~U $ ("'.I AIM!'lMAm: c::J nr.nlR I GENERALAGGAEGATE $ GEN'L AGGREGATE LIMIT APPLlE.S PER: PRODUCTS - ca.lP/Cf' AGG $ A ~I1fCUClBLELlASLITY ca.lBJNED SINGLE LIMIT $ 300,000 ANY AUTO (Eaa:.:k1enl) f- X ALL Oh'NED AUTOS 278516B 05.01-2009 05-01.2010 B-~~~~)URY $ SCHEDULED AUTOS i HJRED AUTOS NON-oNNEO AUTOS BOOLYINJURY $ {Pera:crd~IJ == $ A DARAOE LIASILIT'( AUTO OIIL Y - EA ACCIDE~ $ =1' ANY AUTO 278516B 05-01-2009 05.01-2010 Of HER THAN EAACC $ 300,000 AlJTOOllLY: AGO $ A EXCESSJUUBREUA LlASLIIY EEhO:l:umlI"Jltl $ 5,000,000 RJ OCQJR D. a..AIMS MADE $ 278516B 05-01.2009 05-01-2010 PAODUCTSCOMP/OPAGG $ ~ DEDUCTSLE $ X AETENTl~ $0 $ WORKERS COI.lPa6ATIONANO IW A 10000EA EMf'LO'I"ERSI'LIABILITY Am PAoPAIETOAIPARTNEAlEXEQJTIVE E.L, EAQ-I ACCIDENT $ OFFICER/MEMBER EXQ.UDED1 E.L, DJs:ASE - EA EMPLOfEE $ II yes, dl9lrfbe under sPECIAL PROIISIOOS belaw E.L. DIs:ASE -PQ.ICY LIMIT $, OTHER Customer Auto - Direct Primary 278516B 05-01-2009 05-01-2010 $ 1 ,200,000 Lim~ Includes On-Hook Coverage DESCAIPTIOO a= O'ERATJQIISI L~TJOOS/ VEHIQ.ESI exQ.USIOOSADDED BY ENDORSEMENT / SPECIAL PROVISIONS Aulo L1abllfty coverage Includes Broadened Coverage other Properly (Cargo In Customers A1!los and Trallers).Universal Underwriters Insurance Company provides primary liability coverage through Part 500 (Garage) of our Unicover Policy. The ooverage afforded the insured under the Garage coverage part is consistent with the coverage available under the generalliabilily coverage part. Reason for Certificate: Towing Agreement. End. 0389 Applies: Customer Auto legal liability for Natural Disasters.30 day notice of cancellation aonlies, exceot for cancellation due to non oavment of oremium. CERTlRCATE HOLDER CANCELLATlON SHOLLD ANY OF THE ABOVE OESCRJaED POLICIES 85 CANC8.J..ED 85FORE CITY OF ASHLAND THE EXPIAATIQ\J DATE THEREOF. TH51SSUNG NSUR5R WU alDEAVOR TO MAL 1Q DAYSWRfITEN NorCETOTHECERTIFCATE HQ.DERNAM5DTOTHE 90 NORTH MOUNTAIN AVE LEfT, aUf FAILURE TO DO SO SfoW.L IMPOSE NO OI3L1GATI~ OR LIA8UN ASHLAND, OR 97520 OFANY KINDUP(lNTHE INSURER. rrs AGENTS OR REPRESENTATIVES. Attn: FINANCE DEPTMENT AlJIltC>>uzED REPRESENTATIVE , r' -' Fax: 1-541-488-5320 ACORD 25 [2001/1Il) @ACORDCORPORATION 1988 IMPORTANT If Ihe certOicale holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A &alemerl on this certificate does not coder rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject 10 the lerms and condITions of lhe policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such encbrsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) Fax To Fax From From Fax @ ZURICH~ To Kari 1-541-4'BB-5320 1-913-49B-5414 Date Wednesday I october 21./ 2009 Subject , Zurich 7045 College Blvd overland Park, I<S 66211 Phone {913)339-1 000 'NWW.zurichna.corrJzdu Please Note: The information ccntained in this fax transmission. along with any achments. may be confid91tial or ~ally privileged. [t is intended Qlly r the named person{~. who is/are ! only authorized recipients. [f this fax transmls~01 has reached I in error, please notify the sender mmediately ill1d promptly destrOJ it withoutralievv. Dissemination, distributim, or ccpying of this mmunlcation is strictly prohibited. Thank you for your help. Please see revised certificate for Star 24 Hour Towing Should you have any problc:n receiving this fax. pl~ concacc me llt Myd1J:ccdnls 1-913-498-5414 OREGON WORKERS' COMPENSATION CERTIFICATE OF INSURANCE ~' saif ...... 'v',l,'\", V.....",.........,. CER'IlFICATE HOu:aER= CITY OF ASHLAND 20 EAsr MAIN ASHLAND, OR 97520 The policy of Insurance listed below has been Issued to the Insured named below for the policy period IndIcated. The Insurance afforded by the policy described hereIn Is subject to all the terms, exclusions and conditions of such policy. FOLICY NO. 480082 POLICY PERIOD 01/01/2009 TO 01/01/2010 ISSUE DATE 09/28/2009 INSURED, srAR COllISION CENTERS INC PO BOX 8300 MEDFORD, OR 97504-0300 BROKER OF RECORD. UNITED RISK SOLUTIONS INC PO BOX 936 MEDFORD, OR 97501 LIMrTS OF Ll.O.BlLITY, Bodily Injury by Accident $1,000,000 each accident Bodily Injury by Disease $1,000,000 each employee Bodily Injury by Disease $1,000;000 policy limit DESCRIPnON OF OPERAnONSj IDCAnONSjSPECIAL ITEMS: IMPORTANT: The coverage described above Is In effect as of the Issue date of this certlflcate. It Is subject to change at any time In the future. ThIs certificate Is Issued as a matter of Information only and confers no rights to the certificate holder. This certificate does not amend, extend or alter the coverage afforded by the policies above. ' AUTHORlZED REPRESENTATNE BrrydJ>- Jf Rq4~}---- PresIdent and CEO !:) SAIP CORFORAnON 1400 High StSE I Salem, OR 97312 I p, 800.285.8525 I __....If....m EXHIBIT A Request for Proposals TOWING SERVICES' PROPOSAL FORM The undersigned proposer submits this proposal in response to the City of Ashland's Request for Proposals (RFP) for Towing Services dated July 27, 2009. The proposer warrants that proposer has carefully reviewed the RFP and that this proposal represents proposer's full response to the requirements described in the RFP. The proposer further warrants that if this proposal is accepted, the proposer will contract with the City, agrees to the terms and conditions found in the attached contract and RFP or has subinitted terms and conditions acceptable to the City, and will provide all necessary labor, materials, equipment, and otl).er means required to complete the work in accordance with the requirements of the RFP and contract documents. The proposer hereby acknowledges the requirement to carry or indic~,r~ ability to obtain the insurance required in the contract. Indicate in the affIrmative by initialing here: . , , gmlZ. aW6/~N e~i7YL.s. INC Name of-Proposer: c/btl S7lJ/l c9- f/ffi '-roW/tV t? Business Address: /1/9 So 'P/J ~/11 c ilIA) '/ '171Lmrr . rJUGo;J , 97SYtJ . , Telephone Number: tJIHCiF (5'1/ )S3S-7()o3 1/l)/SPIt-7cJ-! (i;Y/ )77~-37()K , Fax Number: tl/l) fiSf;-0708 - Email Address:JR.()S7J91LBo/)l(.tk:rLlC.f. Authorized Signature: ~ l.\\t. \{",\-,\ Co - OW~rlL , '6-2D -oq : Printed/Typed Name: Title: Date: RFP Towing and Storage Services, 7/2812009, Page 13 of33 EXIDBIT B EQUIPMENT & VEmCLE LIST CATEGORY I - Class A Non-Preference Tows License Number State ofIssue Make Model Year WltlW CATEGORY II - Class B Non-Preference Tows License Number , State ofIssue Make Model Year ClZlJicrOfV 6t-f(! Cl/!6C5S,v, C'ktfOon) IIo/eNrJIfll< CATEGORY m - Class B Non-Preference Tows EquipmentlVehicle DescriptionlGVWR w 'titFL- / License Number State ofIssue Make Model Year CYl~ ICf 37 9, - ;0t) / /79tJ /797 '" ILT 3'717 tNA' '* ,UStfO fdL HJML HaMil:', d- ~nYlp~tSl\J' t-\I\,I.(.LIt''''6--, RFP Towing and Storage Services, 7/2812009, Page 14 of33 EXIllBIT C TOW TRUCK DRIVERS EMPLOYED BY CONTRACTOR Please copy and attach additional pages if necessary. (Current Drivers Residence Address Must Be Listed - Do Not Use Business Address) Name - Last, First Middle Drivers License Number License State L f\\-\l::;~ ~or<f ~(L j)..lm-\ Street Address 5 \ 8'9 L\ 1- b City El\&u: ?Ol/\J\ State CQ 12-. L -'2-0,':::;,5 140 ertified oper tor? S i qo Hire Date N Name - Last, First Middle Drivers License Number License State Ore 'State 'N kU~ C ML~L ~cQ S\L\ l Cit~ l/'>,\-1 <NS 1Jd1f- Street Address ~ Date of Birth Certified operator? 10-3-(",0 Hire Date N qO Orivers License Number License State OK- State 0('L Name - Last, First Middle , 19-,$ ~~ City T~leS\ \ -~\~83 N Name - Last, First Middle Drivers License Number L\Sb N \ '1- 00 Name - Last, First Middle Drivers License Number License State ER-\ Check here if additional pages are used to list drivers. v RFP Towin~ and Storage Services, 7/28/2009, Page 15 of33 License Cia" Zip Q.../S'L'- License Class C Zip <1,50 License Clasi\ Zip 1 License Class C Zip .l!:XHltHT C TOW TRUCK DRIVERS EMPLOYED BY CONTRACTOR Please copy and attach additional pages if necessary. (Current Dri~ers Residence Address Must Be Listed - Do Not Use Business Address) L(),l-\&'! SDonf= )treet Address 'J 3033 \ou Jate of Birth Certified operator? s- 20-\ y Drivers License Number License State CfL State ~ ~ame - Last, First Middle \lame - Last, First Middle 5-\ ':)-Sl Name - Last, First Middle 1J~~c~ Street Address y ~S&- Date of Birth Name - Last, First Middle <2:-1.:- ~ Name - Last, First Middle Drivers License Number License License State Class Street Address City State Zip I Date of Birth Certified Hire Date operator? y N Check hereif additional pages are used to list drivers. RFP Towing and Storage Services, 7/28/2009, Page 15 of33 , EXHmIT ]) OTHER CONTRACTOR EMPLOYEES WHO HAVE CONTACT WITH CLIENTS / CUSTOMERS- INCLUDES OWNERS, CLERICAL, OFFICE, YARD / LOT EMPLOYEES, . Please copy and attach additional pages if necessary, , (Current Employee Address Must Be Listed) Name - Last, First Middle G-OT'If(L\G'[) , Street Ad dress 0:) OJ . Date of Birth \ ~ <?--s ---- lS'l'-l \ r-.J1) Position/Title IJIS?Mc..-\-\c(L Name - Last, First Middle po. b'N S L:ofl-f As Street Address 'L-n \-i~c~ Date of Birth Position/Title , Name - Last, First Middle J:\)~ON Street Address \ efl\:l~ Date of Birth ".... ~ :j 0 S f'(J t-\ lot- 4t lJ Positi n/Ti!le 'D\S?W'\C-~ - - 'i5O Drivers License Number License State oCL State <5fL Drivers License Number b lj (/1 D ciHeA:l~ Drivers License Number l8 0 City 'MC20~ 1-l1\r0 License StCh. State C:fL License State Of\..- State .CR License CIC Zip i7SD Name - Last, First Middle Drivers License Number License License State Class Street Address City State Zip Date of Birth Position/Title Name - Last, First Middle Orivers License Number License License State Class Street,Address City State Zip Date of Birth Position/Title Check here if additional pages are used to list other employees. RFP Towin~ and Stora~e Services. 7/28/2009, Page 16 of33 EMPLOYEE LIST '" EXHIBIT E . FACILITIES DESCRIPTION INFORMATION . BUSINESS/OFFICE FACILITY: Describe business hours: HOND}lf-' f1z-i 041 (8':OOI'rr-1-.t;_'?H) OfflcC (' j, D Ei!GO S fl r /~lI;U .r ffiU iJfi;7.; / Describe facility: t?/ItV G?5T R"GfZ..IE'1't$F-S Q!!f.j.'.7. " ~€'IF <r Mb'7/rL ..5IDbc'V EwL10ovt- wON Reck I7Ze:l/v/ 1JIDTc/~ #/rfL. ? 8a Pr. BUl LD/A/I_ I/N dJ~lk:--l'l-rna::: Size offacility: 8coD ,t/-hVO. 7 Number of rooms: Describe customer waiting area and acco=odations: .Il/,;7/lDI', .?OD Sq,' rT . If (AI 1771 fJru41 w iTJ-/ (! l-h:1i/l) ,I. flE&;'rllm~M. ~1il= P~7(/j '3 rI-./I'I Describe customer parking lot area: Ll>.,fl{,n;- ~~ I ~ fl"O.;:r- ()f B\.JlLt\i/\"{,- ~ ('O.1'5Tb11.1sA. t'A<'vlLI"'C.- (f\\?<<J.o7". ~S s,\).P..c~) ~~C' \>~'\\) *s Describesignage: LI fstt'i\P.() Si oN DN f->. VoU:;; I ItJ~0T O\=- LCV/A\\l_) (S~ ?1-6~ i ~) INDOOR STORAGE FACILITY: Describe facility to include square footage, security features, lighting, type of flooring, access, vehicle capacity, AND include a complete description of the internal security controls and security features currently being used to secure the vehicles being stored at your storage facility, etc: ~~\\)\E SID'-f'~ '3:>,/'?-,T~ I\)\ \) lS'D f\vP\\O-f '4,ODO ~ F~CI Ll1.,' \ S WI5\'l' L\(:,~ 11\~ ~C-Vfl-l~ c.A;j)...jc, I c..~""'-l ~l.cdl , I ~. ,~~lt>.:It( 'lA- RFP Towing and Storage Services, 7/2812009, Page 17 of33 6U'I'I~O'oR STORAGE FACILITY: . D~scribe facility 1;0 include square footage, type & height of fencing, lighting, groundcover, access, vehicle capacity, AND'include a complete description of the internal security controls and security features currently being used to secure the vehicles being stored at your storage facility, etc: \\\,Pi\v',!, d ~ I\cdL<-<="'.,. eX- ~0 J (0 I C~..0 LII>')~ ~S~ W \W. \ lo.:I S 'c::IC\'l!. I4.n y.,~rU':> (.,0 \ fL ~ o.....>~') 9 . WE l-\ ~ U IE OU\S\'\)G fLoD';':) L\~ C>;u k~ S€P~~ ,'It\{;; ~ll\\J1"'> CZvver:LllVG- \<; 3AI\1'o 2" \ZocJL ' ~~ \ S '2. c.G\o-1~ SU'iSS, ~\'?P\'\o'f' \ 'SOo So. IT t;tvo , I ~ ~ SLM ,~:"> {>.. Go.;>9./\-. ~~ \ S. 2. \kLL-' '" , '~~(, G.f-.,.~ ~ ~~c.~ rf ex II J W i'\'t\- /'-<Q2 l:j (')i..) ~0\'"""L V,1 SEG.A'-~ c t'-.yc, ~. S~ (Pt't>\()~=/:t ~%~/6~1l5C.1 8'Dj 8E I <?if-I <S-\ f5 r\- ADDITIONAL FACILITIES TO INCLUDE SECONDARY STORAGE AREAS: Location(s): 12>85 S~~ '\<6>M) i }.1~--D<'f) I dt q/SOI Description: -:t-f \-)~~ tp~ ~e.... S ~ p....\ \t-\G' l!\Q:,ouf:f' P\Qon..6':{S '~\~ F~s~C) 11<oc.lC-, \)A~ ~ SI\M~ ~@U.J<1-n, ~I\..if'-GS f:\.s. \1~ Tl\L~ y~. PHOTOS ARE REQUIRED OF INTERIOR AND EXTERIOR / Office S~ '\'\-\0\0 1t q 0-- q ~ o Indoor Secure Storage o Outdoor Storage Attach diagrams and additional pages as necessary, S~ 1)1J\~ Jt \..D RFP Towing and Storage Services, 7/28/2009, Page 18 of33 EXIllBIT F Tow Company Facilities and Storage Area .' . Inspection Checklist . Date: ~-20~()4 Location: I \ I '1 S:.. ~t:..\ G c... \-l.w, j'i"-L€N,\ t CQ\5&.w I '1,S',-\:C\ Tow Company Name: SI'AIL 2-4 ~ IOWI~(~ Company Representative: (\9X\-\u.lL. L i\l-ttSNS Dct\I' <:::}r<.... Tow Zone: _}\~ 1-\ Lfl'- "-\ f:) ection 8: B, Contractor's storage area is located within ten miles of the Ashland City limits. C, Contractor's storage area is under the exclusive use of the Contractor. / D, Contractor's storage area has secure inside storage. / E, Contractor's storage area has secure outside storage. / F, Contractor's storage area is located within the tow zone. G, Contractor's storage area complies with all applicable zoning regulations. /, H, Contractor's storage area is marked with a sign as follows: 1. The sign is located at or near the entrance and clearly visible from the right of way. 2. The sign has letters not less than 2 inches high stating: a. Contractor's name, b. Contractor's regular business hours, c. A service charge (gate fee) may be levied for release of vehicles or their contents after regular business hours, d. The gate.fee amount. I, Contractor has a tow dispatch capable of communicating with contractor. J. Contractor has a phone'line free to receive incoming 911 towing and serVice requests. K. Contractor has a facsimile machine installed at the storage facility, fully supplied and ready to receive and transmit. Company Representative: l4<L\'\-Iu (L LN.'\~S\)fJ\f-J(L Re-inspection Date Representative Signature: ~ Representative Initials: Inspector Name: Inspector Signature: Inspector Initials: < RFP Towing and Storage Services, 7/28/2009, Page 19 of33 . REFJtRENCE NAME & ADDRESS e/7y ofC- I1GDfb/lO f/1 fLb peT[, C;Oo~. .IllY Sf --II;m 11 fi'DftJ/1.lJ I OVl. 9J 50/ (!eNi'JvPrL f...OI/V T JM..jc~ ~7 IsS ~ e?J)4:)Sf Cc-rJTMt<- 4hJINI tfl. 1/- 'q1sCQ f JI-rxs,..; j~: () elf i ' J // if tv I ;}.":P s;- f:lfoeNIY-./ at 17;35 EXIllBIT G REFERENCE LIST CONTACT NAME & TITLE ell?774-IN 1< let.. 1111111//:'5. (JONI4A-rJ:#lfl c?llJrUl&5l!Jl:AAKlL e Ih,,-r:: j)~a::. llPwkff;-['( CONTACT TELEPHONE NUMBER 5'11- /7t)- 2.3I:Jo 5i./!~ ctL}-$7 g , st//- 535-///3. s~ t:\~~ Lm~s, RFP Towing and Storage Services, 7/28/2009, Page 20 of33 OREGON CITY OF MEDFORD 200 s, IVY ST., ROOM #257 MEDFORD, OR 97501 TELEPHONE (541) 774-2300 FAX (541) 774-2514 www.ci.medford.or.us FIRE DEPARTMENT August 18, 2009 Mark & JR Lamensdorf Star Body Works Star 24hr Towing 1119 S. Pacific Hwy Talent, Or 97540 Re: Cars for Extrication Training I wanted to thank you for your continual support to the Medford Fire Department in providing us cars to use for extrication training, You have been doing this for many years and it has been a great example of business and government working together to help our mutual customers, that being the Citizens we both serve. ' Your willingness to provide us cars, deliver them to where we need them, and pick. them up when we are done using them for training has been a valuable asset to our fire fighters abiliJy to stay current in this very important training need. As I travel around the northwest and talk to othelr fire fighters, they are envious of our arrangement as many times they have trouble obtaining cars to work on. I also wanted to pass on kudos to your employees that worked with our crews the other day on the 1-5 flat bed that rolled over and dumped its load. They reported to me that we all worked safely together, that your crew was willing to listen to suggestions and handled their part of the accident scene very professionally. Thank you! Rick Haines, Captain Medford Fire Department Continuous Improvement . Customer Service ~<<))l1.,~C~ ~ CENTRAL POINT OREGON 155 South Second Street. Central Point, OR 97502 Ph: (541) 664-5578. Fax: (541) 664-2705 . www.cp-pd.com Jon D. Zeliff Chief JR & Mark Lamensdorf Star 24hr Towing 1024 Summit Avenue Medford, Oregon Dear JR and Mark Lamensdorf, On behalf oftne officers and staff of the Central Point Police Department we would like to Ihank you and your agency for your continued high quality dedication to service. Your company has set the bar for customer service. As the Operations Commander, I have received numerous comments from our patrol division about how your staff has treated everyone with dignity and respect. We have received no complaints about the quality of service from the public and/or our patrol division. I think that is a testimonial of professional standards that your agency has set. Sincerely, Charles A. Newell Operations Commander Central Point Police Department lJuteaW TO cfel'/lie~, (JOlfrlfr/'tterI TO &d~l(e~ JJ '... PHOENIX POLlCE DEPARTMENT PO BOX 330, 114 W, 2"0 STREET PHOENIX, OR, 97535 PH#541-535-1113 FX#541-535-2040 Chief Derek A. Bowker JR and Mark Lamensdorf Star 24hr Towing 1024 Summit Avenue Medford, OR 97501 Dear JR and Mark, I would personally like to thank you and your company for the service that you provide our department and community. The professionalism and dedication that your employees exhibit is a reflection on Star 24hr Towing as a whole. The dignity and respect that your drivers present to everyone they come into contact with at the scene of what can be a stressful situation for all involved is very much appreciated. You have truly set a benchmark for other tow companies in this valley to strive for. Opening another yard last year in the south county at 1119 South Pacific Hwy in Talent has served our department well. The response time of your drivers has been cut almost in half and we still receive the same professional and courteous service that we always have. The time saved has freed up more time for our officers to do what they are paid to do; serve the citizens of this community, Thank you, 1l~,4. ;2).../'-:- Derek A. Bowker Chief, Phoenix Police Department Veaicateato Serve aruf'Protect witli :J{onar EXHIBIT H PROPOSED FEE SCHEDULE Fees may be propo'lBcWor one or more categories. Each ilem within a proposed category ';;usl conlain a lee or indicale no charge. The proposed&;.esfor service are as follows: -. AGENCY: Any tow of an Agency-owned vehicle or any vehicles towed in error by order of an Agency for which the Agency bears linancial responsibilily. . CLASS A: A tow or services request, of a passenger vehicle or lruck or van, up to % Ion size, or 10,000 GVWR unloaded, which requires a Class A low truck, CLASS B: CLASS C: A tow, or s~rvice request, of a vehicle exceeding 10,000 GVWR, which requires a Class B low truck, A low, or service requesl, of a vehicle exceeding 20,000 GVWR that requires a Class C tow truck. Category t Cily and Non-Preference Tows 1. Class A Towing Service 2. Class B Towing Service 3. Class C Towing Service '4. Outside Slorage (per 24 hour period) 5, Inside Storage (per 24 hour period) 6. Police Investigation secure inside storage 7. Access 10 vehicle after 15 days (extended slay slorage) 8. Recovery (charged in 15 minule intervals) ~ " 9. Access 10 vehicle after hours 10. Dolly and or flatbed lee 11. Mileage between scene within urban growth boundary and low facility 12, Mileage between scene oulside urban growth boundary and low lacilily 13. Mileage between scene and localion, other than low facility, within the urban growth boundary 14. Mileage between scene and location, olher than low lacllity, outside urban growth boundary 15. ':tandby lime 16, Removal of drive line 17, Additional driver charge ~' 18. Flares $ \ S00..2 Per tow' $ \ SOq) Per tow $ \ 'SJ0:1 Per low -Dd.- $ ~ Per day $ riSO!!- Per day $ JS09.-per day f>cf5? Gale and/or access fee '*' ~ ~. *' ~ $ $-1 s;.oO>/ Per hour. .. $' f,(fQ Gale and/or access fee i~C. I"'~~ llo.~6\'R-\ClS" $ Equipment fee $ MIL Per hour and/or mile ., $~ Per mile $~ Per hour and/or mile $ ~Ic Per mile $ \ N C-, Per hour $ \~C, 'Iatlee $ lS~perhour 01) . $ \ 0 -Fla,! fee ' ',' 19. Dispalch lee $ \ X\)L F1atlee 20. Re.lowfee $:]S@ Perlow we- c.\\~ 12>...(\\\-G' \-\1.>0lL-: wlN ~,0lJ6 ~ H\lv.. List any olher charges, fees, or subcategories on a supplemental page. '* .l\ \ SO~. \5 fOn....\I\<..I.cK.. J. Q:)&U\lJ0€R- fdL ~ \ 6Tt{WIL G \.\(U-l\~ , l\~ ~\Qs\ \\<.:>vCL. II \S .!I IScP/WL.- (! \S HIN 1,1\1Ta1.'~..s ,6n,5D) ~~., CITY OF ASHLAND 20 E MAIN ST. ASHLAND, OR 97520 (541) 488-5300 CITY RECORDER L:js.:~ lWA,[E2;~J.fr~; Page 1/1 10/29/2009 fi>..1!!1p.olNCiMBER1f~ 09285 VENDOR: 000921 STAR COLLISION CENTERS INC PO BOX 8300 MEDFORD, OR 97501 SHIP TO: City of Ashland - Police Dept 1155 E MAIN STREET ASHLAND, OR 97520 FOB Point: Terms: Net Req. Del. Date: Speciallnst: Req. No.: Dept.: Contact: Gail Rosenber~ Confirming? No b':1Qualftf~~il ~junitE t:r~i..~:l.:~~~r~dJ&;.' :,:;.:t:I1f:,E~;WeSErftitiorlI~l:2~;:;~1B}~:::I:~:2f~\.~.i~'j2If~~RJJi [J~;Junlfp.riCe~l]~~ [I5fEit:fFf~itei~~ Contracted Towing Services (1st Year), Estimated amount for City tows durinq FY 2010 1,000.00 BILL TO: Account Payable 20 EAST MAIN ST 541-552-2028 ASHLAND, OR 97520 SUBTOTAL TAX FREIGHT TOTAL 1 000.00 0.00 0.00 1,000.00 ~~'AccoUiitrNuTnber~~I21~ ~'1ffiroJectfNumoeri:~S~~) i~2)Y21~':i?'Amount~f'~ liZtiACcountlN1J=rffi>er:&?{;] ~~~)ectlN-umfjer~$1r.J.i! ~a.:r3:~~tii:1t~Ei~ E 1 1 0.06. 1 2.00.601641 1 000.00 . ,./ ~ ~ /'Ly.,j' Aut rized Signature VENDOR COPY 'I FORM #10 . CONTRACT APPROVAL REQUEST FORM CITY Of ASHLAND Contractor/Consultant: etL-J!~ ~ """>""" (? ~ o/<-L-+- ~ L'" ~ --eu C "'3-.>f- h--v.r./ I..!:r Per attached contract t7 PUBLIC CONTRACTING REQUIREMENTS - Solicitation Process Total Amount o~ ' ~ t? .' . "' D ExemDt from ComDelitive Biddino D Invilalion 10 Bid (Copies on file) o Emeraencv Reason lor exemption: D Wotten findings attached / D Quote or Proposal attached D Small Procurement & Personal Services [il" Reouesl for ProDosal (Copi,es on file) CooDerative Procurement Less Ihan $5.000 Pleas~k one: D State of Oregon Note: Total contract amount, Including any Goods & Services Contract # amendments may not exceed $6,000 . D Personal Services D State of Washington Inlermediale Procuremenl D Sole Source Contract # GOODS & SERVICES D Wotten findings attached D Other government agency contract $5.00010 $75.000 D Quote or Proposal attached Agency D (3) Wotten Quotes Contract # PERSONAL SERVICES D SDecial Procurement D Interagency Contract $5.000 to $50.000 D Written findings attached Agency D (3) Wotten Proposals D Quote or Proposal attached Contract # Have all public contracting requirements been satisfied? YES ~ NO If 'NO", City Council approval is required, City Council approval was received on (Date) Have funds been budgeted for the purpose of this contract? YES ---. NO If "NO", City Council approval is required, City Council approval was received on Please provide: AccounINumbe(.":.~ _ ~t[_,,-~~~ ~~~~ q? CJ (Date) Is the amount of the contract less than $25,000? YES ~' NO If "NO', Legal review is required, Contract was 'Approved as to form" by the Legal Department on (Dale) Is the amount of the contract less than $75,000 for Goods & Services or $50,000 for Personal Services? YES .----' NO If 'NO', City Council approval is required, City Council approval was received on Is the contract for a period of 24-months or less? YES NO (Date) ....----- . If 'NO', City Council approval is required, City Council approval was received on ~f? - ::z.;:z - d;J (Date) Please provide terms: Start date: /,() -:::u:t - &-9 Completion date: ? tf7 --- :a.". -;;z..,t} / / f:;: e:.~?L-<#--;-"'-~ 'If! e L/J< ~ L.e-x:2FC-R A~d!... <L.-&'"Y a~.'if!-" rx ~ Can the contract be terminated for convenience thirty (30) or fewer days (" $2..) h-t-L ~{# 'tfA'~ dC. ~ 'Y..</ .....if ' -<?J following delivery of written notice to the contractor? YES ......---- y NO ~ Prepared by: If "NO', City Council approval is required, City Council approval was received on , dI~ Pleasedrcle:..--------., ()c:'... / . Approved .' I Not Approved C~ '~~u~ Date: I 2) /2-r~/l (Date) Department: -?' t?' C, d.<5 Cbl - :u:j ,- cPt) / Form #10 - Contract Approval Request Form, Page 1 of 1, 10/29/2009 Date: A request fOf a Purchase Order .( REQUISITION FORM CITY OF ASHLAND THIS REQUEST IS A: o Change Order(existing PO # Date of Request: 110/27/09 Required Date of Delivery/Service: I. Vendor Name Address City, State, Zip Telephone Number Fax Number Contact Name St~r r.nlli<:inn :ak:::l ~t::ar?.d. J-1ollrTnwing D Sole Source D Invnation 10 Bid D Wotten findings attached (Copies on file) D Quote or Pro salattached CooDeratlve Procurement eauest for ProDosa D State of OR/WA contract (Copies on file) Inlermediale Procurement D Other govemment agency contract , Deciall ExemDt D (3) Wotten Quotes D Copy of contract attached D Wotten findings attached (Copies attached) D Quote or Pro salattached D Contract # D Emeraencv D Wotten findings attached D Quote or Pro alattached Description of SERVICES o Per attached PROPOSAL 'Vehicle towing for police incidents Item # Quantity Unit Description of MATERIALS Unit Price Total Cost Project Number ______. ___ o Per attached QUOTE Account Number 110,06.12,00,601640 'Items and services must be charged to the appropriale account numbers for the financials to reflect the actual expenditures accurately, By signing this requisition fa and the documentation be p Supervisor/Dept. Head Signature: -~. ); /' /p-z,;".} ~ ~ (...;--1...--- // ' G: Finance\ProcedureW\Forms\B_Requisition form revised.doc Updated on: 1012712009