Loading...
HomeMy WebLinkAboutR-2019-045 Awarding Vehicle Towing and Storage Bid to Glad Rents RESOLUTION NO. R-2019-045 A RESOLUTION AWARDING THE BID FOR VEHICLE TOWING AND STORAGE SERVICES TO GLAD RENTS,INC. BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE, MISSOURI AS FOLLOWS: THAT the Board of Aldermen hereby finds and determines that, pursuant to the Invitation to Bid, Glad Rents, Inc. is the lowest and best bidder; and FURTHER THAT pursuant to City Code Section 135.070.B, the Board finds and determines that contracting with Glad Rents, Inc. would be in the best interest of the City because of its good performance history with the City; and FURTHER THAT the Board awards the bid for Vehicle Towing and Storage Services to Glad Rents, Inc.; and FURTHER THAT the Board approves the Contract with Glad Rents, Inc., in substantially the form attached hereto, and authorizes the Mayor to execute the Contract on behalf of the City; and FURTHER THAT the Mayor, the City Administrator, Police Chief, and other appropriate City officials are hereby authorized to take any and all actions as may be deemed necessary or convenient to carry out and comply with the intent of this Resolution and to execute and deliver for and on behalf of the City all certificates, instruments, agreements and other documents, as may be necessary or convenient to perform all matters herein authorized. PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside, Missouri,the A- day of 2019. i lr s' M&pr Kathleen L. Ro e ATTEST: 4 : . Robin,.K!# ,:City=glerk_:- CONTRACT THIS CONTRACT is made and entered into this 21 st day of May, 2019, by and between the City of Riverside, Missouri hereinafter called the "City", and Glad Rents, Inc., hereinafter called the "Company". WHEREAS, City has caused to be prepared certain contract documents (comprised of Authorized Signature Page, Invitation for Bid, Terms and Conditions, Pricing, References and Experience, Personnel Qualifications, Equipment List, Federal Work Authorization Affidavit, and this Contract), said contract documents setting forth such equipment, labor and/or services to be furnished as therein fully described; and, WHEREAS, Company did file with City its bid to furnish such equipment, labor and/or services, as specified; and, WHEREAS, the said contract documents adequately and clearly describe the terms and conditions upon which the Company is to furnish such equipment, facilities, labor and/or services as specified; IT IS THEREFORE AGREED AS FOLLOWS: 1. That a copy of said contract documents, attached hereto as Exhibit A, are incorporated herein, and that the same do in all particulars become the Contract between the parties hereto; that both parties hereby accept and agree to the terms and conditions of said contract documents, and that the parties are bound thereby; and that the compensation to be paid Company is as set forth in the contract documents. 2. That this Contract shall be effective on the 21st day of May 2019 and shall be valid until the 20th day of May 2020. The City reserves the right in its sole discretion to extend this Contract for one year at a time, up to three additional years. IN WITNESS WHEREOF, both parties hereto have executed this Contract as of the day and year first above written. I —, City of Riverside, Missouri L �.P�1� �� -�1�i� (Company) By: f N d q F K�Fl�°, Kathleen L. Rose T�; Its: ,r Mayor Atte Robin Kincaid itf=Clerl' �; EXHIBIT A Authorized Signature Page, Invitation for Bid,Terms and Conditions,Pricing,References and Experience,Personnel Qualifications,Equipment List, Federal Work Authorization Affidavit, Certificate of Insurance City of Riverside, Missouri INVITATION FOR BID City of Riverside will accept sealed bids from qualified persons or firms interested in providing the following: VEHICLE TOWING AND STORAGE SERVICES BIDS MUST BE RECEIVED BY AND WILL BE OPENED AT 10:00 AM CDT ON FRIDAY,APRIL 26,2019. PLEASE MARK YOUR ENVELOPE"TOW CONTRACT SEALED BID"AND RETURN ONE(1)ORIGINAL AND TWO(2) COPIES to: City of Riverside, Missouri c/o City Clerk 2950 NW Vivion Road Riverside, Missouri 64150 - �. 1 WORK AUTHORIZATION AFFIDAVIT PURSUANT TO 285.530, RSMo STATE OF MISSOURI ) ss. COUNTY OF Cr I� ) As used in this Affidavit, the following terms shall have the following meanings: EMPLOYEE: Any person performing work or service of any kind or character for hire within the State of Missouri. FEDERAL WORK AUTHORIZATION PROGRAM: Any of the electronic verification of work authorization programs operated by the United States Office of Homeland Security or an equivalent federal work authorization program operated by the United States Office of Homeland Security to verify information of newly hired employees, under the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603. KNOWINGLY: A person acts knowingly or with knowledge, (a) with respect to the person's conduct or to attendant circumstances when the person is aware of the nature of the person's conduct or that those circumstances exist; or(b)with respect to a result of the person's conduct when the person is aware that the person's conduct is practically certain to cause that result. UNAUTHORIZED ALIEN: An alien who does not have the legal right or authorization under federal law to work in the United States, as defined in 8 U.S.C. 1324a(h)(3). BEFORE ME, the undersigned authority, personally appeared �ey� G' /�/��� �(ho, being duly sworn, states on his oath or affirmation as follows: 1. My name is V Cam L - Rn,(P I and I am currently the V10 PlfaijA%j of A/1 Onti.1fiS _L w�. (hereinafter "Bidder"),' whose business res adds is 10�Lb N (\k hL.fl4 S oNi: 5 ffio -,E Ij f , and I am authorized to make this Affidavit. 2. 1 am of sound mind and capable of making this Affidavit and am personally acquainted with the facts stated herein. 3. Bidder is enrolled in and participates in a federal work authorization program with respect to the employees working in connection with the Tow Services contracted between Bidder and Riverside, Missouri. 4. Bidder does not knowingly employ any person who is an unauthorized alien in connection with the contracted services set forth above. Affiant Printed Name Subscribed and sworn to before me this day of IL 2019. ARLAJ EDELBAUMtary Public SEAL Notary Public-Notary Seal STATE OF L41SSOURI Piatte County My commission Expires:05/2012021 commission#13703019 Equipment List, Federal Work Authorization Affidavit and the Contract, constitutes the entire Contract between the parties and any prior contracts, agreements, understandings, or other matters,whether oral or written, are of no further force or effect. N. Reserved. O. Termination. The City shall have the right at anytime by written notice to Company to terminate and cancel this contract, with or without cause, for the convenience of the City, and Company shall immediately stop work. In such event City shall not be liable to Company except for payment for actual work performed prior to such notice in an amount proportionate to the completed contract price and for the actual costs of preparations made by Company for the performance of the cancelled portions of the contract, including a reasonable allowance of profit applicable to the actual work performed and such preparations. Anticipatory profits and consequential damages shall not be recoverable by Company. P. Notice. Any notice, approval or other communication between the City and the Company pursuant to this Contract shall be made in writing and shall be deemed to be effective upon receipt or refusal of service and may be given by personal delivery, courier, reliable overnight delivery or deposit in the United States mail, postage prepaid, registered or certified, return receipt requested, to the address specified below or to such other address as may later be designated by written notice of the other party. Nothing contained in this section shall be construed to restrict the transmission of routine communications between representatives of the City and the Company. To the City: City of Riverside, Missouri Attn: City Administrator 2950 NW Vivion Road Riverside, Missouri 64150 To the Company: G L Ad �Ea`rs LAG• L, w d P% F kA P% logbb N• SAW W\'M 0411q AUTHORIZED SIGNATURE PAGE The undersigned certifies that he/she has the authority to bind this company in a Contract to supply the commodity or service in accordance with all terms, conditions, and pricing specified herein or to offer a "no bid." Please type or print the information below. L,Ad eN 5 L. wdn F 149,RQq Company Name Authorized Person(Print)Addressi a ure CIo�-, rnISSbwv , ( W I 19 `)re; I4LOT County/State/Zip Title 216 `ii 6OCI06 g1tO 41L 91`- 04-o- 1,9 U3- 0'%, I55D, Telephone# Fax# Date Tax ID# i ,jcL\ @, g1ail `cCQ orp E-mail Entity Type(Corporation, LLC,Sole Proprietor, Partnership,) 2 1 ® ° DATE(MM/DDIYYYY) ACC>R o CERTIFICATE OF LIABILITY INSURANCE 1/213/zoi9 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT'.BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME CT Sharon Reeves FAX TRUSS IAICN o t • 1816)708-4600 ♦ (A/C, AIC No:(816)708-4600 9200 Ward Parkway ADDRESS:areeveaC4trussadvantage.com Suite 500 INSURERS AFFORDING COVERAGE NAIC# s Kansas City MO 64114 INSURER A:Am and Ins Cc 42390 INSURED INSURERB:R-T Specialty, LLC Glad Renta Inc. INSURERCAccident Fund Ins Co America 10166 6800 North Oak Trafficway INSURERD: INSURER E: Gladstone MO 64118 INSURER F: COVERAGES CERTIFICATE NUMBER:CL191305313 REVISION NUMBER: THIS IS TO-CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE irugn wvn POLICY NUMBER MM/DD/YYYY MM/DD X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000"000 - DAM ET RENTED 100,000 A`' ' CLAIMS-MADE OCCUR PREMISES Ea occurrence $ `X Towing Operations K2GP004524 1/1/2019 1/1/2020 MED EXP(Any one person) $ 5,000 i„ . PERSONAL&ADV INJURY $ 1,000,000 -., GEN'LAGGREGATELIMITAPPLIESPER: GENERAL AGGREGATE $ 3,000,000 POLICY❑PRO- F LOC PRODUCTS+COMP/OP AGG $ 3,000,000 X JECT OTHER: $ •".AUTOMOBILE LIABILITY Ea accident) SINGLE LIMIT $ 1,000"000 000 ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS X AUTOS R2GP004524 1/1/2019 1/1/2020 BODILY INJURY(Per accident) $ PROPERTY DAMAGE X NON-OWNED $HIRED AUTOS X AUTOS Per accident $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,000,000 B . EXCESS LIAB CLAIMS-MADE AGGREGATE $ 3,000,000 DED RETENTION$ 0 �HFF0008436 1/1/2019 1/1/2020 $ WORKERS COMPENSATION X PER OTH- STATUTE ER AND EMPLOYERS'LIABILITY - ANYPROPRIETOR/PARTNER/EXECUTIVE YIN E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? NN N/A C (Mandatory In NH) WCV6156055 1/5/2019 1/5/2020 E.L.DISEASE-EA EMPLOYEq$ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1.000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Riverside THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2950 NW Vivi On Rd ACCORDANCE WITH THE POLICY PROVISIONS. Riverside, MO 64150 AUTHORIZED REPRESENTATIVE C Cullor/CKABLE ©1988-2014 ACORD CORPORATION. All rights reserved.: ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS025(201401) PERSONNEL QUALIFICATIONS List all Tow Truck drivers and years of experience in similar work. Attach a current copy of each driver's Commercial Driver's License. Attach additional sheets if necessary. Name: ��a'��e. L • kRAQflI of Years: L42 Address: Odd N • me�S► � 10t�D I'IVC, �y�.i�l�S�d�JL► Mt? �Ci� �� Type of Experience/Training: Name: 1 1 ► Ve, l #of Years: Address: s ©5 N LLT qro Naj %T k . C , �V 1� i k 1 Ig Type of Experience/Training: A —T-0 1471 wt1 Name: U3 n '`W to N #of Years: �o Address:6q �� Qi 1�C C MCS �� I Type of Experience/Training: �u_ov'm1P� �R ra���l Name: �► N R L � #of Years: Address: Type of Experience/Training: r Y,=. !i 1 r r x � i�T r� �;' J Y'.'� e�y __ 5�;._ �r �s $`; .._ ,=yam ;_. � .; - �.= �� �. �s sg ��� MISSOURI DRIVER LICENSE 9 CLASS E'` 4b F;P 09/19/2020 4a oL No.1'116264033 3 oue 09/19/1979 1JOHNSON 2 WILLIAM GLENN 36929 NE 49TH ST KANSAS CITY,MO 64119 sa Ewu NONE 12 P.T-_31,RICTIONSA is s4;:M p wcT 190 Ib 4a Iss 04113/2016 16 w,'r6'-02" 18 EYES HAZ s no 160261040083 MISSOURI { � 1 a COMMERCIAL DRIVER LICENSE -9 Q.Ass B 4b EXF 01/13/2020 41 ,NO �ap� 3 DoH 01/13/1948 ;KRACHT GEORGELEONARD a6000 N MERSINGTON AVE GLADSTONE,MO 64-i t9 9.-rM NONE f212 RE-SrwC riONs NONE is sEx M n-,r 220 Ib 4: iss 01/06/20 16'HGT V-00" 16 EYES GRN r 0 s DD 140260060011 • i RESPONSE ITEM DESCRIPTION AMOUNT 1. Police Ordered Tow—auto, light truck i 5 O !- 2. Police Ordered Tow—heavy truck (>18,000 GVW) _ 3. Police Ordered Tow—motorcycle 5 b W 4. Battery jump start �O 5. Change flat tire i p' 6. Winching/extrication/Rollovers (per hour) 7. Extra Labor (per hour) `75 W hr 8. Storage per day No . 9. Evidence Storage Fee (Monthly,No charge to City if not impounded.) 10. City Vehicles, outside the fifty mile radius 11. City Vehicles inside the fifty mile radius No charge 12. City Vehicle in excess of 18,000 GVW 150 13. Location of outside storage facility: �o g Ob N. 6 A 14. Location of inside storage facility: 110 U0 N 1 0 AV- REFERENCES AND EXPERIENCE The bidder shall supply a minimum of three (3) references. One may be a character reference from an individual not related by blood or marriage to the bidder. At least two (2) references shall be from companies or individuals for which the Company has worked on a regular basis, preferably public entities. Experience and references provided by bidders shall be verified and will be a significant factor in the evaluation. Bidders are REQUIRED to provide the information below in FULL DETAIL. Attach a separate sheet of paper, if needed. How many years has your firm been in business? YEARS: %) °C COMPANY NAME& CONTACT NAME & PHONE DATE OF DESCRIBE IN DETAIL THE SERVICES ADDRESS ,I NUMBER JOB: YOUR COMPANY PROVIDED: ti i►�� Ct � ��U 5��13(� �;�► Tei �� I� '�►3b-3 SSt p���ce. --I-C,�� j N vc, ecin i>r n U �to b l I C►�� o� O V1V v iww C,G t Ed ,t, 11©LDNS OLaU 54S$ � Towe) S�W1'� �r✓ �- o tj �J fl N �( �.r 4 i 3 4�►w 5'b p LD kXy �,fi� a� C � �o�n c�;c-� Mai �oo� g ►` a JL �,gs Pb►�t:� 1'vc�'S e�r�, d� ti���M��P C,�, ►�f Kc,l\ h ClcrlL �'�� �►�� ��� to'k's Provide any other information you believe is relevant to your experience or training in managing and ( operating a towing business that makes you the best bidder. scv� ► c\L -csPo��� Ti Kw EQUIPMENT LIST It is represented as part of this bid, that the below listed machinery, and equipment are available for use on the work covered by this proposal. "Being available" shall mean that the equipment is owned or under the control of the bidder submitting this proposal. 61.7 EO Y' l�- 55b Ro II 6AC 5ply For4 l 5�b �bIIb�GK. � a6s Fe)Yd r-IPSO RbI�b�GI� 0I r--Or 2ao� Herd � - X50 I)LkMP Y M O�d r Cy c.�� �IZ(�►�tv' c l,-)ew For 2 E. lF IVERSID CITY OF RIVERSIDE EXPIRATION DUN BUSINESS LICENSE I.)ATR188UED LICMENUM4 1/25/201 + W)21 r"' n+trnr pJ okjfk 6800 N OAK TRAF TC'WAY LICENSE FOR LOCATION OF RUSINFS.) CONTk/V'T(W This license is to be displayed conspicuously at the location of business,and FEE CLASS is not transferable or assignable. ,i l)O ( i'I' THIS LIC94E 18 ISSU®PURSUANT TO THE G.L. KRACHT PFtOV IB ANS OF THE CITY CODE OF THE CITY GLAD RENTS, INC. OF RIV ItN ND AMEpkW T 0, 6800 N OAK ' GLADSTONE MO 64118 or MEMORANDUM Date: May 21, 2019 TO: Mayor and Board of Aldermen FROM: Chris Skinrood, Chief of Police CC: City Administrator SUBJECT: Recommendation for award of vehicle towing and storage services Since 2009, the City has used Glad Rents, Inc. for its vehicle towing and storage services. The City's vehicle towing needs include,for example,situations involving vehicles towed incident to an arrest, abandoned vehicles, disabled vehicles in which the owner does not have a tow company preference, and the City's vehicle fleet. Recently, an invitation to bid was issued for vehicle towing and storage services. Three companies responded: Glad Rents, GT Towing, and Platinum Tow and Recovery. The bid response form contains various tow-related services. Thus,there's not a singular price comparison among the tow companies. The City Code contains factors(in addition to price)for the City to consider in determining the lowest responsible bidder. These factors are: 1. The ability, capacity and skill of the bidder to perform the contract or provide the service required. 2. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. 3. The character,Platinum,reputation,judgment,experience and efficiency of the bidder. 4. The quality of performance of previous contracts or services. 5. The previous and existing compliance by the bidder with laws and ordinances relating to the contract or service. 6. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service. 7. The quality, availability and adaptability of supplies or contractual services to the particular use required. 8. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. 9. The number and scope of conditions attached to the bid. 1 Each company has the necessary tow equipment and experience to perform the desired services. Across the separate bid line items, prices varied among the companies with no one company clearly distinguishable—on balance—from one another. I visited each of the respondents' storage locations to verify compliance with the bid specifications concerning storage security and enclosed space for evidence processing. Platinum Tow does not have a fenced-in lot on the property,as required. Nor did it have a heated and secure processing area, as required. For that reason, Platinum Tow was not considered in the final decision. Both GT Tow and Glad Rents meet the requirements for storage security and enclosed evidence processing space. Based on the City Code factors and pricing response,I recommend that the City select Glad Rents. Glad Rents has a demonstrated ability to provide necessary services in a prompt and responsible fashion. The Police Department has not had any issues with the character or Platinum of Glad Rents, or perhaps more importantly, its drivers. This is a very important factor for the Police Department because vehicles(and their contents)are entrusted to the towing company, and sometimes vehicles themselves become part of a criminal investigation. It is important that the Police Department trust the company and its drivers taking control and possession of the vehicles. I believe that one reason that Glad Rents has been able to provide prompt and efficient service is because it is located at 6800 N. Oak. I note that Platinum Tow and Recovery is located in Liberty, and GT Tow is located in Smithville. While both these other locations are in the Northland, Glad Rents' closer geographical location provides time savings for the Police Department, and more convenience for City residents. (from City Hall, Glad Rents is 4.8 miles (6800 N. Oak, KC); GT Tow is 14 miles(536 N. Church, Liberty)). For the foregoing reasons, I recommend that the City award the contract to Glad Rents. Respectfully, Chris Skinrood Police Chief 2