HomeMy WebLinkAbout2013-07-17 PACKET 04.G.REQUEST OF CITY COUNCIL ACTION COUNCIL AGENDA
MEETING ITEM #��
DATE 7/17/13 � ,
PREPARED BY: City Clerk Caron Stransky
ORIGINATING DEPARTMENT DEPARTMENT HEAD
**********�*********:�***************************
COUNCIL ACTION REQUEST:
Consider approving specifications for towing and impounding of passenger cars, trucks,
cycles, and snowmobiles within the City of Cottage Grove and to set a bid date of August 6,
2013 at 4:00 p.m., at the Cottage Grove City Hall, 12800 Ravine Parkway, Cottage Grove, MN
55016.
STAFF RECOMMENDATION:
Approving the specifications and set a bid date.
BUDGET IMPLICATION
: � _ _� �►I• ► 1
ACTUAL AMOUNT
ADVISORY COMMISSION ACTION:
❑ PLANNING
❑ PUBLIC SAFETY
❑ PUBLIC WORKS
❑ PARKS AND RECREATION
❑ HUMAN SERVICES/RIGHTS
❑ ECONOMIC DEV. AUTHORITY
❑
DATE
DENIED
❑
❑
❑
❑
❑
❑
❑
SUPPORTING DOCUMENTS:
REVIEWED
❑
❑
❑
❑
❑
❑
❑
� MEMO/LETTER: Caron Stransky dated July 8, 2013
❑ RESOLUTION:
❑ ORDINANCE:
❑ ENGINEERING RECOMMENDATION:
❑ LEGAL RECOMMENDATION:
� OTHER: Specifications and Advertisement for Bid
ADMINISTRATORS COMMENTS
APPROVED
❑
❑
❑
❑
❑
❑
❑
Date
*******�**************�*************************
http://intranet/city-counciUcouncil-action.doc
CITY OF
� MINNESOTA
COTTAGE GROVE
.�
a. �;�
MEMO
To:
From:
Date:
Subject:
Honorable Mayor and City Council Members
Caron Stransky, City Clerk
July 8, 2013
Specifications — Towing and Impounding of Vehicles
The existing three-year towing and impound contract with South East Towing expired June 30,
2013. Under Title 6-3 of the City Code, the City shall let bids for a towing company to provide
the towing and impound service needs of the City and a contract shall be awarded for up to
three years to the lowest responsible bidder. The provider shall meet minimum standards
provided in the detailed specifications for the towing and impounding of vehicles.
Council Action Request:
Approve the detailed specifications for towing and impounding of passenger cars, trucks,
cycles, and snowmobiles within the City of Cottage Grove, and to set a bid date for August 6,
2013 at 4:00 p.m.
G:\clerk\City CouncilWgreements\Towing�2013-2016\Memo to CC re Towing Specifications.doc
ADVERTISEMENT FOR BID
CITY OF COTTAGE GROVE, MINNESOTA
NOTICE IS HEREBY GIVEN that sealed bids will be received in the office
of the City Clerk, located at the Cottage Grove City Hall, 12800 Ravine Parkway,
Cottage Grove, Minnesota, until 4:00 p.m., August 6, 2013, at which time they
will be opened and read aloud for the furnishing of:
TOWING AND IMPOUNDING OF VEHICLES
Detailed specifications, proposal forms, and bidder instructions may be
obtained in the office of the City Clerk.
Each bid shall be accompanied by a bidder's bond, certified check, or
cash deposit in the amount of $500.00, which shall be forfeited to the City of
Cottage Grove in the event the successful bidder fails to enter into a contract.
The Cottage Grove City Council reserves the right to retain the deposits of
all bidders for a period not to exceed 30 days after the date and time set for
opening bids.
The Cottage Grove City Council reserves the right to reject any and all
bids, to waive irregularities and informalities therein; and further, reserves the
right to award the contract in the best interest of the City.
Dated this 8 day of July, 2013.
Caron M. Stransky
City Clerk
Published in Washington County Bulletin: July 24, 2013
G:\clerk\City Council�P,greements\Towing�2,013-2016�ADVERTISEMENT FOR BID.doc
INSTRUCTIONS TO BIDDERS
EXAMINATION OF SPECIFICATIONS
The bidder shall be thoroughly familiar with the specifications included in these contract
documents.
BID SECURITY
Each bid shall be accompanied by a cash deposit, certified or cashier's check, or bid bond with
the corporate surety in the amount of $500.00, made payable to the "City of Cottage Grove" as
a guarantee that the bidder will enter into a contract for furnishing the equipment and materials
specified, and the amount of the bid security of the successful bidder shall be forFeited to the
City as liquidated damages in the event that said successful bidder fails to furnish the items as
awarded.
PREPARATION OF PROPOSAL
The bidder shall submit their proposal on the proposal form that is provided as part of the
Detailed Specifications.
DEVIATION FROM SPECIFICATIONS
The bidder shall indicate on the proposal form any deviation from the Detailed Specifications.
Failure to do so shall result in disqualification of the bid.
DELIVERY OF PROPOSAL
All bids shall be placed in a sealed envelope with the statement "TOWING AND IMPOUNDING
OF VEHICLES" thereon, addressed to the City Clerk, 12800 Ravine Parkway, Cottage Grove,
Minnesota, 55016. Bids shall be mailed or submitted in person. No bid will be received after
the time set to receive them.
WITHDRAWL OF PROPOSAL
A bidder may withdraw their proposal without incurring prejudice, provided they file a written
request with the City of Cottage Grove before the hour of letting, and such withdrawn proposal
may be modified and resubmitted by the bidder at any time prior to the hour set for the opening
of bids.
BLIC OPENING OF PROPOSAL
Bid proposals will be opened publicly and read aloud as set forth in the Advertisement for Bid, in
the Office of the City Clerk located at the Cottage Grove City Hall, 12800 Ravine Parkway,
Cottage Grove, Minnesota, 55016.
G:/Clerk/City Council/Agreements/Towing/2013-2016/Towing Specifications 2013-2016
-
�1�.�
Recommendation for award will be presented to the City Councii at a Regular City Council
Meeting to be held at 7:30 p.m., in the City Hall Council Chambers located at 12800 Ravine
Parkway South, Cottage Grove, Minnesota 55016.
Per Detailed Specifications, bidder shall be required to provide the following prior to a
recommendation for award being presented to the City Council:
List of all towing vehicles, including the year, make, model and license plate number of
each vehicle.
2. Current certification that each identified towing vehicle is equipped in accordance with
Minnesota Statutes §169.64, and inspected by the Minnesota Department of
Transportation on an annual basis.
3. Proof of Automobile Comprehensive Liability Insurance in the amount of $1,000,000
combined single limit and Garagekeepers Legal Liability Insurance in the amount of
$1,000,000. The City of Cottage Grove must be named as an additional insured on the
policies.
4. Scale drawing of the impound storage facility.
5. A certificate or letter from the local government unit, governing the location of the
impound storage facility, stating that the facility complies with all applicable zoning laws.
Contract shall be awarded for up to three (3) years to the lowest responsible bidder.
The City reserves the right to reject any and all bids, to waive irregularities and informalities
therein; and further, reserves the right to award a contract in the best interest of the City.
G:/Clerk/City Council/Agreements/Towing/2013-2016/Towing Specifications 2013-2016
CITY OF COTTAGE GROVE, MINNESOTA
DETAILED SPECIFICATIONS FOR
TOWING AND IMPOUNDING OF VEHICLES
GENERAL
These specifications are designed to provide for the towing and impounding of passenger cars,
trucks, cycles, and snowmobiles within the City of Cottage Grove on a 24-hour basis.
� 'u_► _►� u:►'• � _:
The Contractor shall have the equipment and provide the manpower and services pursuant to
this contract as specified in this section.
The Contractor shall own a minimum of two (2) towing vehicles with a minimum capacity
of 5 tons.
2. Each towing vehicle shall be equipped in accordance with Minnesota Statute §169.64,
and inspected by the Minnesota Department of Transportation on an annual basis, with
certification provided to the City of Cottage Grove.
3. The Contractor shall be available for towing services 24 hours a day, seven days per
week.
4. The Contractor shall arrive at the scene of the tow within the following time limits: for
daytime request, within 20 minutes after the request for service is received; for nighttime
request, within 15 minutes after the request for service is received.
5. The Contractor shall be able to provide towing services for automobiles, light trucks,
snowmobiles, motorcycles, and other specially designed vehicles. Contractor shall also
have the ability to provide special towing services including: winching dollies, flat bed,
light rescue, etc. Contractor shall also have equipment with 30,000 pound underreach
capabilities.
Towing charges shall be divided into seven (7) types as follows:
T pe I Towing of standard-sized vehicles.
Type II Towing of vehicles from accident scenes.
Type III Truck-t e vehicles with a capacit exceeding one ton.
Type IV Tows that require an unusual amount of winching and/or the use of a
dolly.
Type V Tows that require the use of a flat bed./
T pe VI Cotta e Grove Public Safet tows.
Type VII Tows requiring an unusual rescue effort or which needs specialized
removal equipment shall be subject to a negotiated price between the
owner of said vehicle and the towing company.
6. The Contractor shall assume all liability for the vehicle to be towed.
G:/Clerk/City Council/AgreementslTowing/2013-2016/Towing Specifications 2013-2016
7. The Contractor shall be responsible for cleanup of debris at the scene.
8. The Contractor shall carry and keep in full force and effect automobile comprehensive
insurance and garagekeeper's legal liability insurance to include coverage of any
damage to towed vehicles and provide proof of such insurance to the City.
9. Contractors shall have access to a secured, 24-hour impound facility, which must be
consistent with the applicable zoning laws. Further, the Contractor must provide to the
City a scale drawing of the facility, along with proof that the facility itself complies with
the applicable zoning laws.
NON-DISCRIMINATORY PRACTICES
The Contractor shall not during the life of the contract discriminate against any employee or
applicant for employment because of race, color, sec, creed, national origin, or ancestry. The
Contractor shall include a similar provision in all subcontracts entered into for the performance
of the contract. The contract may be cancelled or terminated by the City, and all money due or
to become due, hereunder may be forfeited for a second or subsequent violation of the terms or
conditions of this paragraph. This paragraph is inserted in this specification to comply with the
provisions of Minnesota Statute, Section §181.59, Minnesota Department of Human Rights -
Minnesota Statute §363.00 inclusive of Section 363.073 (Certificates of Compliance for Public
Contracts) and applicable Federal Civil Rights Acts.
STORAGE FACILITIES
The Contractor shall be solely responsible for all matters relating to the operation of said
impound facility, and shall indemnify and hold the City harmless in connection therewith and
shall comply with the following criteria:
The impound facility shall be located within ten (10) minutes of the City of Cottage
Grove, and must be able to accommodate at least thirty (30) vehicles.
2. The impound facility must have a locked and fenced lot with a minimum of an 8-foot
fence. The lot must conform to all applicable codes and ordinances.
3. The impound facility shall be available daily from 7:00 a.m. to 6:00 p.m. to allow for the
release of impound vehicles.
4. The provider of towing services to the City must have access to an impound facility 24-
hours a day.
TOW AND STORAGE CHARGE
Reasonable tow and impound fee rates will be submitted to the City Council for review and
approval. These rates shall be valid for the contract period. For the purposes hereof, a day
shall be each 24-hour period commencing after the time of arrival of the towed vehicle at the
impound facility.
Administrative fees may be charged on vehicles impounded for periods exceeding five (5) days.
The administrative fees must be reasonable and represent the actual costs incurred by the
G:lClerk/City Council/Agreements(fowing/2013-2016/Towing Specifications 2013-2016
Contractor to notify the owners of impounded vehicles. Upon demand, the Contractor must
provide the City documentation justifying charging the fees.
If owners of vehicles impounded for violations of or in conjunction with arrests of Minnesota
Statutes §169A.20 (Driving While Impaired), fails to provide Contractor with the requisite proof of
ownership, valid driving privileges and insurance pursuant to Minnesota Statutes §169A.42, by
6:00 p.m., Contractor may store the vehicle overnight and charge the vehicle owner for another
storage day.
The Contractor must provide a written statement from the City explaining computation of fees to
each vehicle owner when the owner claims the vehicle. The City may update the statement at
its discretion.
LIABILITY
The Contractor will be held responsible for the loss of or damage to, the vehicle, equipment
thereon, and contents from the time they, or their agent, signs the receipt for the vehicle
provided by the Cottage Grove Public Safety Department.
The Contractor shall take all precautions necessary to protect the public against injury and will
defend and hold the City harmless from all towing and storage of vehicles as provided
hereunder, and in the Contract relating thereto.
RECORDS AND OPERATIONS
The Contractor shall be required to keep records as provided:
A record shall be made at the time vehicles arrive at the impound lot as to the vehicle's
condition, and an inventory of the vehicle's valuable contents.
2. The Contractor must make an attempt to contact the listed owner of any unclaimed
vehicle within seven (7) days, and the said provider as to such contact shall maintain
documentation. Said documentation shall be available upon request to the Cottage
Grove Department of Public Safety.
3. All records and documentation in regard to the Cottage Grove Department of Public
Safety towing service shall be made available to Department of Public Safety personnel
upon request.
4. The Contractor must advise the Cottage Grove Department of Public Safety when a
vehicle is released. Such notification will be made immediately by telephone, and
monthly in writing on forms prescribed by the Department of Public Safety. The forms
shall include, but are not limited to, the documentation of all fees charged. The
Contractor shall provide a printed record of all vehicles towed on a monthly basis. Said
record shall contain no less than the following data:
a. Date vehicle was towed.
b. Vehicle license number (VIN number in absence of license plate).
c. Vehicle year.
d. Vehicle make.
G:/ClerklCity Council/Agreements/Towingl2013-2016lTowing Specifications 2013-2016
e. Location the vehicle was towed from.
f. Status of vehicle (released, junked, auctioned, stiil in impound).
g. To whom the vehicle was released (driver's license number will suffice).
5. The Contractor shall provide to the Cottage Grove Police Department a printed record of
all vehicles towed from the effective date of the towing contract through the end of the
most current month. Said record shall contain all the same information as the monthly
record but shall also contain totals identifying:
a. Number of vehicles still in impound
b. Number of vehicles seized
c. Number of vehicles released
d. Number of vehicles auctioned
e. Number of vehicles junked
f. Total number of vehicles towed
Said printed records shall be in receipt of the Cottage Grove Police Department
Administrative Division no later than the 10 working day of the following month.
6. The Contractor must require and receive proof of ownership and proof of current
insurance from the vehicle owner prior to releasing any vehicle. In addition, the
Contractor shall check the Public Safety Impound Record for any police holds on the
vehicle. No vehicle may be released until all police holds have been removed.
7. The Contractor shall procure, at its own expense automobile comprehensive liability
insurance in the amount of $1,000,000 combined single limit and garagekeepers legal
liability insurance in the amount of $1,000,000, and workers' compensation coverage,
and shall provide proof thereof to the City during the entire term of this Contract. The
City must be named as an additional insured on the policies. Failure to maintain the
insurance required by the Section shall entitle the City to terminate this Contract.
8. No storage charge shall be made by the Contractor when the towed vehicle is not
brought to the Contractor's impound.
9. The Contractor shall notify, in writing, the Department of Public Safety of all alleged
damage to vehicles, and loss of personal property of towed vehicles.
10. The Contractor shall be responsible for the disposition of all Department of Public
Safety-directed, unclaimed towed vehicles.
11. All unclaimed vehicles, which are to be sold, must be held by the Contractor for a
minimum of ninety (90) days.
12. If a towed vehicle is not claimed during the holding period, it may be sold at Public
Auction between 9:00 a.m. and 5:00 p.m. The sale must occur in the county where the
impound facility is located.
GENERAL OPERATIONS
G:/ClerklCity Council/Agreements/Towingl2013-2016/Towing Specifications 2013-2016
Procedure for Sale: Notice stating the time and place of sale, the amount due on the date of the
sale (not including expenses of advertising and sale), reason for lien against the vehicle, and
general description of the vehicie shall be served upon the owner of said vehicle.
Method of Service of Notice: Notice must be served personally if the owner resides in
Washington County. If the owner is not a resident of Washington County, the above notice
must be published once per week for three (3) weeks in a Washington County newspaper. The
last published notice must be dated at least one week prior to the date of the sale. If the post
office address of the owner is unknown, public notice is sufficient.
Sale proceeds from unclaimed vehicles shall be distributed as follows:
1. Expenses of the sale and advertising.
2. Expenses, if any, owed by the towing or impound provider to a third person, such as
storage charges, maintenance fees.
3. Charges and fees of the towing/impound operator.
4. The balance, if any, to the owner or another lienholder of the vehicle.
5. The Contractor shall be solely responsible for the disposal of any abandoned vehicle as
defined by Minnesota Statute §168B.02, subd.2. Any abandoned vehicle shall be
disposed of by the Contractor in accordance with Minnesota Statute §168B.09.
The City shall not be responsible for requests for towing services, which are canceled prior to
arrival of the towing vehicle.
PROCEDURE
All vehicles shall be towed (not driven), without damage to said vehicle, to the above-referenced
impound facility. No vehicle shall be towed under this contract without specific authorization
from the City of Cottage Grove.
POSSESSIONS
No vehicle shall be towed under this contract without specific authorization from the City of
Cottage Grove.
CHARGES FOR OPERATIONS
All charges for towing and storage shall be secured by a lien against the vehicle impounded,
and carried on account until sale or other proper disposition of such vehicle is made by the City.
If the receipts from such sale or other disposition are not sufficient to pay the costs of the towing
and storage charges after the deduction of the costs of such sale of disposition, any excess
shall be paid by the Contractor: first toward net towing charges and then toward net storage
charges as otherwise would be earned by Contractor, and the balance of the towing and
storage charges shall be canceled. If the receipts from such sale or other disposition are not
G:/Clerk/City Council(Agreements/Towing/2013-2016/Towing Specifications 2013-2016
sufficient to pay the costs of such sale or other disposition, all charges for towing and storage
shall be canceled.
PERFORMANCE
In all cases where the Contractor fails to respond to any call for tow trucks within 20 minutes,
the Department of Public Safety shall have the right to call other providers to perForm towing
services, and the Contractor shall pay to the City any costs of towing services incurred by the
City to the extend they exceed the price provided by the Contract. The City shall retain the
$500.00 cash bid security posted.
The City is authorized to apply the security to any towing costs which are incurred by the City
and which exceed the price provided by this Contractor.
BONDS AND INSURANCE
The Contractor shall secure and maintain all bonds and insurance policies required by the
Towing and Impounding Vehicle Contract.
G:/Clerk/City Council/Agreements�l'owing/2013-2016/Towing Specifications 2013-2016
CITY OF COTTAGE GROVE, MINNESOTA
PROPOSALFOR
TOWING AND IMPOUNDING OF VEHICLES
TO THE CITY CLERK OF THE CITY OF COTTAGE GROVE, MINNESOTA:
The undersigned has examined the contract documents, including the Advertisement for
Bids, Instructions to Bidders, Affidavit of Non-collusion, and the Detailed Specifications for the
Towing and Impounding of Vehicles, on file in the Office of the City Clerk of the City of Cottage
Grove, Minnesota, and proposes to provide towing and impounding of vehicles for the City of
Cottage Grove as set forth.
IMPOUNDMENT:
Storage facility to accommodate at least 30 vehicles will be provided at the following location
and complies with provisions included in the Detailed Specifications:
STORAGE FEES: (Include Sales Tax)
Year 1(July 1, 2013 thru June 30, 2014:
First Day Storage Fee (from arrival at facility to first 24 hours): $
Every 24 hours thereafter (or part of if released prior to 24 hours): $,
2. Year 2(July 1, 2014 thru June 30, 2015):
First Day Storage Fee (from arrival at facility to first 24 hours): $,
Every 24 hours thereafter (or part of if released prior to 24 hours): $
3. Year 3(Julv 1, 2015 thru June 30, 2016):
First Day Storage Fee (from arrival at facility to first 24 hours): $
Every 24 hours thereafter (or part of if released prior to 24 hours): $
G:lClerk/City Council/Agreements/Towing/2013-2016/Towing Specifications 2013-2016
TOWING SERVICES (Per Detailed Specifications and Includes Sales Tax) is bid as follows:
Year 1(July 1, 2013 thru June 30, 2014):
TOWS BASIC FEE ADDITIONAL FEE TOTAL
TYPE I $ ea.
TYPE II $ $ $
Cleanup)
TYPE III $ $ $
Drive Line)
TYPE IV $ $ $
(Winching
$ $
(Doll )
$ $
Cleanup
TYPE V $ $ $
Cleanup
TYPE VI $
TYPE VI $
Per Hour
2. Year 2 fJulv 1. 2014 thru June 30. 201
TOWS BASIC FEE ADDITIONAL FEE TOTAL
TYPE I $ ea.
TYPE II $ $ $
Cleanup
TYPE III $ $ $
Drive Line
TYPE IV $ $ $
Winching)
$ $
(Doll
$ $
(Cleanup)
TYPE V $ $ $
(Cleanup)
TYPE VI $
TYPE VII $
Per Hour
G:/Clerk/City Council/AgreementslTowing/2013-2016/Towing Specifications 2013-2016
3. Year 3(July 1, 2015 thru June 30, 2016)
TOWS BASIC FEE ADDITIONAL FEE TOTAL
TYPE I $ ea.
TYPE II $ $ $
(Cleanup)
TYPE III $ $ $
(Drive Line)
TYPE IV $ $ $
(Winching)
$ $
(Dolly)
$ $
(Cleanup)
TYPE V $ $ $
(Cleanup)
TYPE VI $
TYPE VII $ �
Per Hour
Bid security in the amount of $500.00 accompanies this proposal, the same being
subject to forFeiture in the event of default of conditions as specified in the "Instructions to
Bidders" and other contract documents.
It is understood that the right is reserved by the City to reject any and all bids, and that
this bid may not be withdrawn until thirty (30) days after the time the bids are opened. If this bid
is accepted, the undersigned agrees to execute the proposed contract.
Further, it is understood by the undersigned that unless this proposal is accompanied by
the attached signed and notarized "Affidavit of Non-Collusion", the City Council will not accept
this bid.
Respectfully submitted,
Firm Name
By
Title
Address
State whether bidder is: ❑ Individual ❑ Partnership ❑ Corporation
(Check One)
G:/ClerklCity Council/Agreements/Towing/2013-2016/Towing Specifications 2013-2016
If Partnership, Name of Partners:
If Corporation, Name and State in which Incorporated:
AFFIDAVIT OF NON-COLLUSION
I hereby swear or affirm under the penalty for perjury:
1. That I am the bidder (if the bidder is an individual), a partner (if the bidder is a
partnership), or an officer or employee of the bidding corporation having authority to sign
on its behalf (if the bidder is a corporation);
2. That the attached bid or bids have been arrived at by the bidder independently, and
have been submitted without collusion with, and without, any agreement, understanding,
or planned common course of action with any vendor of materials, supplies, equipment
or services described in the invitation to bid, designed to limit independent bidding or
competition;
3. That the contents of the bid or bids have not been communicated by the bidder, or its
employees or agents, to any person not an employee or agent of the bidder or its surety
on any bond furnished with the bid or bids, and will not be communicated to any such
person prior to the official opening of the bid or bids; and
4. That I have fully informed myself regarding the accuracy of the statements made in this
affidavit.
Signed:
Firm Name:
Subscribed and sworn to before me
this day of , 2013.
Notary Public.
My Commission Expires:
Bidder's Employee Identification Number:
(Number used on Employer's Quarterly Federal Tax Return, US Treasury Department Form
941)
G:/Clerk/City CounciUAgreements/Towing/2013-2016(fowing Specifications 2013-2016