Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2023-134 Extending the City of Riverside Vehicle Towing and Storage Services to Glad Rents, Inc and Approving Executive of a Contract 2023-2024
RESOLUTION NO. R-2023-134 A RESOLUTION EXTENDING THE CITY OF RIVERSIDE VEHICLE TOWING AND STORAGE SERVICES TO GLAD RENTS, INC AND APPROVING EXECUTION OF A CONTRACT FOR 2023-2024 IN CONNECTION WITH THE PROVISION OF SUCH SERVICES WHEREAS; the City of Riverside. Missouri pursuant to R-2022-109 approved a contract for vehicle towing and storage services; and WHEREAS, pursuant to Resolution R-2022-109 such contract provides for the ability to extend such contract for three (3) additional one-year terms: and WHEREAS, staff recommends the first year extension for 2023-2024 fiscal year with Glad Rents. Inc.; and WHEREAS. the Board of Aldermen find it is in the best interest of the City to enter into an agreement extension, the first of three. with Glad Rents, Inc. for vehicle towing and storage services for the City of Riverside; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE, MISSOURI, AS FOLLOWS: THAT the contract for vehicle towing and storage service with Glad Rents, Inc be extended from October 1, 2023 thru Sept. 30, 2024, a one (1) year term, with the option to renew for up to two (2) additional one-year terms; and FURTHER THAT the Mayor, City Administrator, Police Chief, and other appropriate City officials are hereby authorized to execute an agreement in substantially the same form as attached hereto in Exhibit A. along with all other documents necessary to carry out the terms and conditions of such bid award and the City Clerk is authorized to attest thereto. PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside, Missouri, the 19' day of September 2023. Jert Ma r Kathleen L. Rose • ATTEST: 0 Robin KinbOi ; City Clerk Company: Name: , Title: Dat CITY OF RIVERSIDE,MISSOURI: Name: Kathleen L. Rose Title: Mayor Dated: /9, ATTESTS. • • Robin Kincaid,.City Clerk •. COUNTER NED BY CITY PURCHASING AGENT: By: Brian . Koral, City A ' 'stra Dated: S oite LAS-- c 2 CONTRACT THIS FIRST CONTRACT EXTENSION is made and entered into by and between the City of Riverside, Missouri hereinafter called the "City", and Glad Rents, LLC, 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 upon its execution by the parties and shall be valid for one year thereafter. 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 date last executed by the parties. 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 RESOLUTION NO. R-2022-109 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 ADO TED by the Board of Aldermen of the City of Riverside, Missouri,the 1/ day of 2022. MayorKathleen L. Ro e ATTEST::_ _ Robin Kincaid, City.Clerk CONTRACT THIS CONTRACT is made and entered into by and between the City of Riverside, Missouri hereinafter called the "City", and (2,-)c R , 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 upon its execution by the parties and shall be valid for one year thereafter. 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 date last executed by the parties. Company: By: Name: Title: Dated: CITY OF RIVERSIDE, MISSOURI: By: Name: Kathleen L. Rose Title: Mayor v 4 Dated: 4' •> ' ATTEST: . ' Robir1 Kincaid,City Clerk COUNTERSIG► BY CITY PURCHASING AGENT: By: Valk Bri. E. Koral, I ity Ad • nl'r Dated: �. Company: J � c � By:J_y P Name: —Title: ___Zje4k, Dated: /0 : I'.. CITY OF RIVERSIDE,MISSOURI: By: Name: Kathleen L. Rose Title: Mayor .;Dated:: 6:4. t.4, .o.,DIDA ATTEST: t_Jto6}n Kincaid,City Clerk • COUNTERSIGNED BY CITY PURCHASING AGENT: By: — Brian E. Koral,City Administrator Dated: 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 September 16,2022. PLEASE MARK YOUR ENVELOPE "TOW CONTRACT SEALED BID"AND RETURN ONE (1)ORIGINAL AND THREE(3)COPIES to: City of Riverside, Missouri c/o City Clerk 2950 NW Vivion Road Riverside, Missouri 64150 The City reserves the right to accept or reject any and all bids and to waive any technicalities or irregularities therein. 1 • 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. Glad Rents Inc Linda Kracht Company Name uthorized Person(Print) 6800 N Oak Tfwy Address ignat Clay, Missouri 64118 President County/State/Zip Title 816-436-0900 816-436-5812 8-31-2022 43-0961552 Telephone# Fax# Date Tax ID# Linda@gladrentsinc.com Corporation E-mail Entity Type(Corporation, LLC,Sole Proprietor, Partnership,) 2 SUBMISSION OF BIDS Sealed bids will be received by the City of Riverside, Missouri ("City") until 10:00 am CDT on September 16, 2022. Bids will NOT be accepted after the date and time of closing under any circumstances. E-mailed or faxed bids will not be considered. No Bidder may withdraw his bid for a period of forty (40)days after the date of opening bids. Extra copies of this Invitation or Bid are available from the City Clerk. The City reserves the right to award the contract by sections, to accept or reject any and all bids, to waive any technicalities or irregularities therein, to negotiate further with the selected bidder, to determine in its sole discretion the lowest and best bidder, and to award the contract on such basis. EXPLANATION TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the bid invitation's content must be requested in writing. City is under no obligation to notify prospective service providers of clarifications. PURPOSE The purpose of this bid is to obtain services for non-consensual tows by City. BID AND CONTRACT DOCUMENTS: The bid and Contract documents include: Invitation for Bid; Authorized Signature Page; Terms and Conditions; Certificate of Insurance; Pricing; References and Experience; Personnel Qualifications; Equipment List; Federal Work Authorization Affidavit; Contract. INSTRUCTIONS Bidders shall complete the Pricing, References and Experience, Personnel Qualifications, and Equipment List, and sign the Authorized Signature Page. Bidders shall also include proof of insurance and Federal Work Authorization Affidavit with the bid response. 3 TERMS AND CONDITIONS CITY and COMPANY hereby agree to the following terms and conditions: Definitions A. The "City" is Riverside, Missouri, and all of its Departments and Offices and employees, including the Police Department. B. The "Company" is mentioned as such (bidder, Bidder, Company) in the Contract and includes their designated representatives. C. A "Police Ordered Tow" is the towing of a motor vehicle or equipment ordered by the City Police Department for any of the following: • Abandoned vehicles, including motor vehicles, trailers, all-terrain vehicles, boats, or vessels, which are subject to removal from both public or private property, whether operational or not. • Illegally parked vehicles. • Impounded vehicles. • Wrecked vehicles where the operator for whatever reason is not capable of requesting a tow service. • Tows where the service requested by the operator of the vehicle is unable to respond in a reasonable time period. • Any other tow ordered by the City or its Police Department not excepted by this Contract. D. A "Non-Preference Tow" is a non-Police Ordered Tow where the vehicle owner/operator, either acting through himself/herself or through the City, does not request service from a preferred tow service and, therefore, the Company is contacted for service as if it were a Police Ordered Tow. E. A "Citizen Request Tow" is a tow where a specific tow company is requested by a citizen to provide the required service, although the Police Department may be involved in placing the call for service. F. A "Tow Ticket" is a form approved by the City which records the type of tow and the amount charged for service by the Company. II. Scope of Service. A. Towing Services to be Performed. The Company shall provide towing services pursuant to this Contract for the following tows: 1. Police Ordered Tows; 2. Tows requested by City for city-owned vehicles or equipment(no charge if vehicle is located within 50 mile radius of City Hall); 3. Non-preference tows. The Police Department shall be responsible for identifying a tow as a Citizen Request Tow • 4 or a Non-Preference Tow. If the Company is the preferred company as requested by a private citizen, the service provided is not covered by this Contract and is considered a Citizen Request Tow. B. Payment. The Company shall invoice the City monthly. The invoice shall be accompanied by copies of the Company's Tow Tickets, and shall contain, at a minimum, the following information: description of services; the type of tow; time it took to complete tow services (from the time Company receives call for tow services to the time the vehicle is delivered to the tow lot); and the amount charged for the service. Payment will be processed within thirty days of receipt. City shall not be financially responsible to Company for Citizen Request Tows or non-preference tows. Rates shall be the same for Police Ordered Tows and Non-Preference Tows. All fees for a Citizen Request Tow shall be privately negotiated between the Company and the citizen. The Company is not required to apply the Contract pricing for a Citizen Request Tow. C. Federal Work Authorization. Pursuant to RSMo 285.530(1), by its sworn affidavit in substantially the form attached hereto and incorporated herein, Bidder hereby affirms its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. Furthermore, Contractor affirms that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. III. Towing and Storage Service Capabilities. A. Availability and Response Times. Company shall provide the City with a single telephone number and shall answer that number for the purpose of receiving requests for towing services, twenty four (24) hours per day, three hundred sixty five (365) days per year. Towing services must be available twenty four(24) hours per day, three hundred sixty five (365) days per year. Company shall respond to a request for towing services by the Police Department as quickly as possible and shall arrive at the location requested, provided the location is within the City limits, no later than thirty(30)minutes after receiving the call for service. Failure to respond within thirty (30) minutes may be excused by the City in its sole discretion. In the event that Company fails to respond within thirty (30) minutes, the Police Department shall have the discretion of ordering a tow from a different company. The City shall provide Company documentation of the charges for towing services from the alternative Company. The Company shall reimburse the City for the difference between the Contract fees and the price charged by the alternate Company. In the event of an emergency in which the Company is unable to handle the volume or the Police Department determines that it is necessary for the safety, health, or welfare of the general public to use an alternative means to remove vehicles outside of this Contract, the • Police Department has the authority to do so. These circumstances may include multiple vehicle accidents occurring within the corporate City limits within a close time period but shall not be limited to this exception only. The Company is not responsible for reimbursing the City for the difference between the Contract fees and the price charged by the alternate Company, so long as the use of an alternate Company was not the result of the Company's failure to respond. destinations as ordered by the Police Department. 2. Company shall clean up and remove from the roadway all debris associated with an incident that results in a tow as directed by the on scene officer. A specific time limit shall not apply for clean up activities, but the Company shall work expeditiously to clear the scene of debris. Company shall provide and supply all materials and equipment required to clean the scene from debris including, but not limited to, absorbing material, shovel, broom, etc. 3. Company agrees that the necessary time will be provided to the Police Department, and other law enforcement officers, to conduct required investigations of incidents involving vehicles prior to the towing of a vehicle. Waiting charges may be assessed only as specified in the Pricing section. C. Reserved. D. Equipment. Company shall submit a list of all equipment to be used under this Contract for approval by the City. 1. Equipment. Company shall maintain in good mechanical condition and shall have available twenty-four (24) hours per day, three hundred sixty five (365) days per year, the necessary equipment to adequately perform tow services including but not limited to: (a) At least 2 Tow trucks; hauler, flatbed truck or rollback truck. The minimum acceptable size and capacity of the tow trucks is one (1) ton with a minimum boom of eight thousand (8,000) pounds with a constant pull winch with a minimum of three thousand (3,000) pounds. (b) A reliable means of communication between the Company's office and each towing vehicle. Pagers and cellular phones are acceptable means of communication. Citizen band radios are not approved means of communication. 2. Accessory Equipment. Each vehicle maintained by Company shall be equipped with rotary flashing red or yellow beacon lights, emergency flashers, back-up lights, work lights, brooms, flares, and tarps or other protective material with adequate tie- downs for the protection of vehicles. All vehicles, with the exception of haulers, must be equipped with dollies. 3. Equipment Identification. All vehicles used to perform the services required by this contract shall be marked and identified with the name of the Company. 4. Proper Licensing. Company warrants that all vehicles utilized in carrying out the terms of this Contract are licensed to operate in Missouri, and that all applicable licenses will be acquired and maintained. E. Tow Tickets. Company shall use Tow Tickets for all tows performed under this Contract and shall keep records of all services performed under this Contract. Each Tow Ticket shall set forth the charge made for towing service. All towing charges shall comply with the Pricing section. F. Tow Truck Drivers. Company warrants that all tow truck drivers utilized in carrying out this Contract are competent and qualified to operate a tow truck in the State of Missouri, are trained in the use of towing equipment, and have a valid driver's license. The Company agrees that any of its tow truck drivers performing services under this Contract shall, prior to performing such services, submit a copy of his or her driver's license and submit to a background check in accordance with City Code Section 120.020. The Police Department reserves the right to reject any Company driver from performing services under this Contract if the driver does not possess the necessary valid driver's license or if the driver's background check reveals any felony conviction, a misdemeanor conviction involving violence, moral turpitude, weapons, or illegal use of any substance, or convicted or arrested for any other crime that, when considered with the duties and responsibilities of an operator, is considered by the Police Department to indicate that the best interests of the public are not served by granting the driver permission to perform duties under this Contract. G. Storage. 1. Outside storage. The Company shall maintain a clean and orderly storage facility (lot or building) providing sufficient space for all vehicles towed by the Company. The storage facility shall be enclosed with substantial fencing capable of protecting stored vehicles and their contents from theft or vandalism. Gates and buildings shall be securely locked when not in use. The storage facility shall be sufficiently lighted to insure safe storage of vehicles. A sign shall be posted in a conspicuous place identifying the firm with a telephone number. 2. Inside storage. An inside storage area shall be provided. The inside storage area must be isolated from general access and provide insulation from contamination until a single vehicle has been inspected for evidence and released from isolation by a City representative. The inside storage area must be available for up to 96 consecutive hours for a vehicle and be protected against the elements, sources of contamination, and entry by unauthorized persons. The inside storage area must be served by electricity and heating. 3. Storage access. The Company will make the towed vehicle available for pickup and payment or access to essential belongings at any time within 24 hours after the vehicle has been towed and within 2 hours after the Company has been notified by the vehicle's responsible party of his or her intention to access the vehicle. After the first 24 hours, the vehicle may be accessed during the normal business hours of the Company, which shall at least include Monday thru Friday, 8:00 a.m. to 6:00 p.m. IV. Insurance. Insurance Coverage. Company must secure and maintain throughout the duration of this contract insurance of such types and in at least the amounts that are required herein. Company shall provide certificate(s) of insurance confirming the required protections and naming Riverside, Missouri as additional insured. The City shall be notified by receipt of written notice from the insurer at least thirty (30)days prior to modification or cancellation of any policy listed on the certificate(s): (A) GENERAL LIABILITY Commercial General Liability Insurance: Bodily Injury or Death/Property Damage: $1,000,000 occurrence/$3,000,000 aggregate (B) COMPREHENSIVE AUTOMOBILE AND TRUCK LIABILITY (Owner—Leased— Non-Owned & Hired) - Bodily Injury or Death / Property Damage- $1,000,000 occurrence/$3,000,000 aggregate. (C) ON HOOK/CARGO Minimum Limits: $100,000 (D) GARAGEKEEPER'S LEGAL LIABILITY INSURANCE Minimum Limits: $100,000 (E) WORKER'S COMPENSATION Limits: Statutory Employer's Liability: Bodily Injury by Accident:$100,000 Each Accident Bodily Injury by Disease:$100,000 Each Employee Bodily Injury by Disease:$500,000 Policy Limit V. Other Provisions A. Compliance with Laws. Company must have a current business license on file with the City. Company agrees to comply with all applicable federal and state laws and City Ordinances. B. No Commissions. Company represents and warrants that no arrangement has been made with any person or agency to solicit or secure this Contract for a gratuity, commission, percentage, brokerage or contingent fee in any form to any person except bona fide employees of Company. C. Hold Harmless. The Company shall indemnify, defend, become responsible for and forever save harmless the City, its boards, committees, commissions, appointed and elected officials, attorneys, insurers, agents, officers and employees from any and all liability, cost or expense, including reasonable attorneys' fees and costs of defense incurred by them: 1. For loss or damage to property of the Company, its officers, agents, employees, licensees, and invitees, pursuant to and or in performance of this contract or for injury to or death of any such employee, agent, licensee, or invitee, pursuant to and/or in performance of this contract; however arising; and 2. Arising directly or indirectly from any act or omission of the Company, or any person acting on Company's behalf, done or claimed to have been done by virtue of or pursuant to this Contract. 3. Company shall be fully liable to the City for the acts and omissions of any subcontractors or agents, and of any persons indirectly employed by them, the same as Company is for the acts and omissions of direct employees. Company shall cause appropriate provisions to be inserted in any subcontracts relative to the work to require compliance by each subcontractor with the provisions of this Contract. D. Acts of God. Neither party shall be liable for delays, or defaults in the performance of this contract due to Acts of God or the public enemy, riots, strikes, fires, explosions, accidents, Governmental action of any kind or any other causes of a similar character beyond its control and without its fault or negligence. E. Bankruptcy or Insolvency. In the event of any proceedings by or against either party, voluntary or involuntary, in bankruptcy or insolvency, or for the appointment of a receiver or trustee or an assignee for the benefit of creditors, of the property of Company, or in the event of breach of any of the terms hereof including the warranties of the Company, City may cancel this contract or affirm the contract and hold Company responsible in damages. F. Interpretation. This contract shall be construed according to the laws of the State of Missouri. Venue shall be in the Circuit Court of Platte County, Missouri. G. Provisions required by law deemed inserted. Each and every provision of law and clause required by law to be inserted in this contract will be deemed to be inserted herein and the contract will be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the contract will forthwith be physically amended to make such insertion or correction. H. Conflicts of Interest. No salaried officer, elected officer, or employee of the City shall have a financial interest, direct or indirect, in this contract. No Third-Party Benefit. The provisions of this contract shall not be deemed to create any third party benefit hereunder for any member of the public or to authorize anyone, not a Party hereto, to maintain suit pursuant to the terms of this contract. J. Limitation on Subcontracting. Company shall not subcontract, assign or transfer any interest in the work covered by this Contract except with the prior written consent of the City, provided however, that the prior written consent requirement shall not apply to exigent circumstances and situations that require services beyond the Company's contractual capacity. Subcontracting, assigning or transferring any interest, right or duty under this Contract shall not relieve Company of any duty or responsibility for work covered by this Contract. K. Independent Bidder. Company agrees that it is an independent Bidder under the terms of this Contract. L. Contract Clarifications. Any requests for clarification of the Contract by the Company shall be submitted in writing to the Police Department. The Police Department shall provide a written response within a reasonable amount of time. M. Entire Contract. This document, consisting of the Authorized Signature Page, Invitation for Bid, Terms and Conditions, Pricing, References and Experience, Personnel Qualifications, 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. 0. 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: _Glad Rents Inc. _6800 N Oak Tfwy _Gladstone, Missouri 64118 RESPONSE ITEM DESCRIPTION AMOUNT 1. Police Ordered Tow—auto, light truck 150.00 2. Police Ordered Tow—heavy truck(>18,000 GVW) 350.00 3. Police Ordered Tow—motorcycle 150.00 4. Battery jump start 65.00 5. Change flat tire 65.00 6. Winching/extrication/Rollovers (per hour) 100.00 per hr 7. Extra Labor (per hour) 75.00 per hr 8. Storage per day 40.00 9. Evidence Storage Fee (Monthly,No charge to City if 0 not impounded.) 10. City Vehicles, outside the fifty mile radius 100.00 11. City Vehicles inside the fifty mile radius No charge 12. City Vehicle in excess of 18,000 GVW 350.00 13. Location of outside storage facility: 6800 N Oak Tfwy 14. Location of inside storage facility: 6800 N Oak Tfwy 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: 45 COMPANY NAME& CONTACT NAME& PHONE DATE OF DESCRIBE IN DETAIL THE SERVICES ADDRESS NUMBER JOB: YOUR COMPANY PROVIDED: City of Gladstone Robert Baer, 816- Police Tow's Asst City Mgr 436-3550 City of North Kansas City Kenneth Freeman 816- Police Tow's Police Chief 412-7949 City of Northmoor Andy Lorenson 816- Police Tow's Police Chief 741-3960 Clay County Sheriff Major Jeff Self 816- Police Tow's 591-8227 Santa Fe Tow John Kupchin 913- Heavy Duty Tow's Owner 894-5201 Northtowne Body Shop Melissa Greene 816- Accidents Shop Mgr 459-2738 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. Quick response time Work well with people 7 Day Lot access Secured Lot/ Camera Surveillance 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: Mikel Dewey #of years : 18 Address: 505 NW 82nd st Kansas City, Mo. 64118 Type of Experience/Training Ohara Towing, Chicago, IL Name: Pamela Peterson #of Years: 1 Address: 10817 E US Hwy 24 Independence, Mo. 64054 Type of Experience/ Training:_by Mikel Dewey / 18 yrs Semi Truck Name: #of Years: Address: Type of Experience/Training: Name: #of Years: Address: Type of Experience/Training: 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. 2022 Ford F- 550 Rollback 2017 Ford F- 550 Rollback 2008 Ford F- 650 Rollback 2011 Ford F- 550 Wrecker 2004 Ford F-650 Dump Truck Equipment Trailers Motor Cycle Trailer Skid Loaders Chain Saws Light Towers Fork Lifts -2 ea EXHIBIT A Authorized Signature Page, Invitation for Bid, Terms and Conditions, Pricing, References and Experience, Personnel Qualifications, Equipment List, Certificate of Insurance, Federal Work Authorization Affidavit CITY or BUSINESS EXPIRATION DATE LICENSE is 1 ,, _:� 12/31/2022 Ir> �' MISSOURI• DATE ISSUED 7/29/2022 Upstream from ordinary. 6800 N OAK TRAFFICWAY LICENSE NUMBER 0521 LOCATION OF BUSINESS FEE This license is to be displayed conspicuously at die $ 24.00 location CLASS of business and is not transferable or assignable. TOW TRUCK LINDA F. KRACHT THIS LICENSE IS ISSUED PURSUANT TO THE GLAD RENTS,INC. PROVI IONS OF THE CITY COD OF THE CITY OF RI • IDE AND AMENDM T ' H• TO. 6800 N OAK L GLADSTONE MO 64118 ( L ayor Clerk • • • ' I GLADREN-02 CKABLER AC OR DATE(MMIDDIYYYY( CERTIFICATE OF LIABILITY INSURANCE siz/zozz 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(ies)must have ADDITIONAL INSURED provisions or 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). PROOUCER License#100101891 NAMEACT Certificate Department Kansas City,MO-Truss LLC-Hub International Mid-America PHONE ,pg7f 9200 Ward Pkwy WC,No,Est):(816)708-4600 tac,wog(816)817-5706 Suite 500 aooREss:HUB-KC.Certificates@HUBlntemational com ' Kansas City,MO 64114 INSURER(S)AFFORDING COVERAGE _ NAIL N .. INSURER A:Axis Insurance Company _ 37273- INSURED • INSURER a:Travelers Property Casualty Company of America '25674 Glad Rents Inc. INSURER C: 6800 North Oak Trafficway INSURER D: Gladstone,MO 64118 INSURER E: • INSURER F: COVERAGES CERTIFICATE NUMBER: 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 WI-11RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN ISUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. — INSR- ADOL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER IMM/DD/YYYYI ( LIMITS A - X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 . CLAIMS•MADE X OCCUR A1GLM000103327012 6/1/2022 6/1/2023 PREMi1S(OEaocCr5,9ence) S 100,000 MED EXP(Any one person) S 5,000 • PERSONALSADVINJURY - •$ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE S 2,000,000 X POLICY j�7 •LOC -PRODUCTS-COMP/OP AGG ,_$__--_ 2,000,000 • OTHER: A AUTOMOBILE LIABILITY -- (CEO aBINED 1,000,000 INGLE LIMIT , •S X ANY AUTO A1GLM000103327012 6/112022 6/1/2023 BODILY INJURY(Per person) ..$ AUTOSREp ONLY D • AUTOSSyUyL�EED BODILY INJURY(Per accident) $ AUTOS ONLY UTOS ONLY (Perr acPERTY ciidenll AMAGE _S A UMBRELLA JAB X OCCUR _ $ ' 3 000,000 EACH OCCURRENCE -$ X_EXCESS JAB CLAIMS-MADE A5GLM0001.033271-12 6/1/2022 6/1/2023 AGGREGATE $ - 3,000,000 DEO RETENTION S - B WORAND KERS COMP NIA TION --_--_-----_---_----- X STATUTE ERH ANY PROPRIETOR/PARTNERIE%ECUTIVE YIN 6JU B4 N75773322 1/5/2022 1/5/2023 1,000,000 E.L.EACH ACCIDENT ' ' (Mandatory in 9E�EXCLUDED? N N/A 1,000,000 (Mandatory 1 NNHH E L DISEASE-POuCY LIMIT S E.L.DISEASE-EA EMPLOYEE S It yes,describe under 'OESCRiPT(ONOFOPERATIONSbelowi 1,000,000 ------- '--—,---------_-...--__-.-__- . • DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IACORO 101,Additional Remarks Schodulo.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 ACCORDANCE WITH THE POLICY PROVISIONS. 2950 NW Viviori Rd Riverside,MO 64150 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD WORK AUTHORIZATION AFFIDAVIT PURSUANT TO 285.530, RSMo STATE OF MISSOURI ss. COUNTY OF Clay 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 Linda F Kracht, who, being duly sworn, states on his oath or affirmation as follows: 1. My name is Linda F Kracht and I am currently the President of 2. Glad Rents Inc (hereinafter"Bidder"), whose business 3. address is 6800 N Oak Tfwy Gladstone , Mo 64118 , and I am authorized to make this Affidavit 2. I 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. A fiant: Linda F Kracht ed ame Subscribed and sworn to before me this c day of , 022 IRINA A. BUDAGOV Notary Public-Notary Seal otary ublic SEAL STATE OF MISSOURI Clay County My Commission Expires:11/12/2025 Commission#17493559 • • . , ,-.' ..Cr.):li.;,--k10.4? .;"-7.e.:.1,...?.•.,4"•••••..,..0.-.1:kg.,:•..7•4 :;.: .',,• sti-:.•0&..t.,•;,..t<10--1.,'--:-.'1,4*.:',4•"=", ;,..„,.,''':'•• . ;4- t r' ..b.''''.V..'''.":1#1.'.". 0''.7;').:',.P•117.'''.47:'' 'e '' 44.-7,_'.•,:iiitt.z.:',46,..t:;' 1 vIt•'.•:".!'f.s,'..;410$".;,..,''. -17i. !!!.P•cz; ._Ira,:b.-1,::.--,4,....:-.r::-:.:-',.41 : •:.,,r....‘..v-..g.'..-t-'A' ....e.f.;:,..h./..,;- ,..,K,2 y.4,,.,,,,,, ,.,!tyvir..• ,......-siv,...!..., ,.:Lr.4•,,••,;•f.:.t, '',•; -.`.!144:; ';1.,,t04' "1":-;...:',7-:s.',:,..tiy-Iti, ' 1-,441,,4,-,pala‘ofq„--r-ii.-_ ,cr iii::,,,,:.-,•,7,..72.klf,^ ';.V.X.4..'.73''42' 2'7< : - i,,:y/..t.,...... „II.; ...,,„.4'§ ;,-; ,. .ni.••••,,A44,.....!: ?.::•3151i ,‘A',.-.-,*.e.,••••7-,-.6,,. ,.. ..4... .,g,.0.,!,:r-i"c...,.o.,,-,1.: -.:-.,..1-• ,-; st..,.;:•=.*4m4,,...:....cr.:-.,,,....,454,,,e,,,...., ,,11,, E_-- ;',,..-•2.2'.I• ,7;•,..?,.--,::,4•:*..: ".:IY:::-1.M.:311.1,U41 z,-- .' -.:::•........a.k.,,4'=:.?...•°?,;;.!,.c.•&.; Via'.i-pt-43:4,-,-,,,,_,,,.:,, ,.....-7.-:,-: „•: :.:..,.',4:er,. ...A..4,....1-•ark,::'...--. ...3 ,----:-44.. , -,-7:, '1.----!'•';'4';','.- W.,1/41,3"01.;•54.iit'-i,• .7 ,1„; '7:::': .;-;',2..,:f4E7:''''11-' .itf:41..',i,:.';''i*it,,,„,` Zi'.;17i,,:t.R.-.T4ii '• '--:•---,',I.. 1,•:,`1,1tiV415X-si...',3-54t;tiVe,' .; :1",-1:*i.';',:.:'-'"!,:1.1-r:, — *.,t1.-,.:c=,,1,0',-i,m1,11,.'':,;.-x'"•--.... -::':',...:`:.',:i'.•.i': i4.2.'.;.i,,,Itk,Ii,..ki...,,,,....-.,,s2,.._°-i:._,:fi ... .:....,,...:.,;•:‘ ...z,tslt+,,c!..42.,31,41'...:-->--,- •? . -% .-• :'.. ,I./..tf.,„.-,,,,:le-,,,:.J,,,'i.--,i.,-; m cx„ ,:_.-., lk '!.„•-•y, ' *.,:zi ',',Itt!ai.,.W,/'•,,c°,,,,9- z : :P..• p,),-,#.,,,-,F4t..,..'1,7::,•...,...:.di di• co or,716-,:af !...,.4;' ..,,-'!;f,.1,1,.;1;:A.,':2•.:'''''.'f.' , M rii.62'4:-•: • ..•..; ,...:.' ..1.- 4,4.'-f,f•:.1-'...'.::4:1.,,....:- 1-i-We,..T.:'.....5 ,,,..,1.' .e! •.-:,.••-. .. ... ,.i....‘,..... .,.:4,........,...• 1 • •. " • • • • • • • • Rf * _-! t. ' 11.! c , Z • 1 � J.1 N tO \Z'OI/'D R7 t . sgg • r tl1 N Z .o•• • r • ig P i• .�� ' ear''1 � _}'�•, -� 3 ?�lF7 by �,• �` � 1: t '�i� MEMORANDUM Date: October 4, 2022 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: Four companies responded: Glad Rents, GT Towing,Brad's Towing,and Wilde Auto&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 one company, Wilde Auto & Recovery being higher in price than the other three. The two top bidder were Glad Rent's and GT Tow—both companies had the most comparative pricing. I visited Glad Rents, and GT Towing storage locations to verify compliance with the bid specifications concerning storage security and enclosed space for evidence processing. I located the storage lot for Brad's tow through Google maps and spoke to a Brad's Tow employee regarding their lot. Both GT Tow and Glad Rents meet the requirements for storage security and enclosed evidence processing space. Brad's Tow is located in Smithville,the outdoor lot is located in North Kansas City enclosed by a standard chain link fence and not monitored, and the enclosed storage is actually Master Tech Automotive Services in Riverside. 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 had no conflicts with the owners of Glad Rents, and 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 both Brad's Tow and GT Tow are 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 and those requiring tow services. (from City Hall, Glad Rents is 4.8 miles(6800 N. Oak,KC); GT Tow is 14 miles (536 N. Church, Liberty); Brad's Tow is 21.2 Miles (19201 Switchgrass Dr, Smithville, MO)). For the foregoing reasons, I recommend that the City award the contract to Glad Rents. Respectfully, 09 Chris Skinrood Police Chief 2