WRECKER PROGRAM (POLICE DEPT.) (16)
. ..~~
...j."
I
,
VEHICLE TOWING SERVICE CONTRACT
THIS VEHICLE TOWING SERVICE CONTRACT is made and entered
into by and between the CITY OF CLEARWATER, FLORIDA, a municipal
corporation, whose address is P.O. Box 4748, Clearwater, Florida
34618 (hereinafter, the "city"), and WEEKS TOWING AND AUTOMOTIVE,
INC., a Florida corporation, whose address is 1955 Carroll
Street, Clearwater, Florida 34625 (hereinafter, the
"Contractor"), as of the 1st day of May, 1992.
WHEREAS, the City and the Contractor have agreed to the
terms and conditions set forth herein to insure prompt and
adequate towing service, consistent and uniform fees for the
towing and storage of vehicles, and proper safeguards and fixing
of responsibility for the preservation and protection of property
towed or relocated pursuant to this contract;
NOW, THEREFORE, in consideration of the mutual promises and
covenants set forth herein, the sufficiency of which is
acknowledged, the parties do hereby agree as follows:
1. Aqreement. The City agrees to purchase from the
Contractor, and the Contractor shall furnish to the city, the
services of towing and storage of vehicles and other services
pursuant to the terms and conditions of this contract.
1
(!f!,' ~~ ~
V; 1Jl~
/"7n .~ . '." /) j.... "'<j
l~/C) -- ~ ~~) ,. '~;~ l
L/
I
,
"'.--~"
J.
-
(II
2. Term. The term of this contract shall be three (3)
years from the date hereof, with an option to extend the term of
the contract for an additional one or two years, provided that
both parties shall agree to such extension, and that the terms,
conditions and specifications are not sUbstantially changed.
3. Definitions.
(a) The term "City" means the City of Clearwater.
(b) The term "Contractor" means Weeks Towing and
Automotive, Inc.
(c) The term "vehicle" shall apply to all types of
motor vehicles, trailers and non-motor vehicles. The term may
include vehicles subject to impoundment, seizure, movement,
confiscation or relocation pursuant to applicable Florida, county
or municipal law, ordinances and rules.
(d) The term "Police Department" means the police
department of the City, and includes the Chief of Police and any
police officer of the City authorized to request services under
this contract.
4. Records. The Contractor shall maintain and have
available at all times for inspection, by authorized City
personnel, detailed records covering all services rendered
relative to this contract.
5. Description of Service.
(a) The Contractor shall furnish towing service for
the removal of vehicles upon request by the Police Department,
and shall furnish both indoor and outdoor storage space for said
2
. .,>'. . .~.. .
I
I
vehicles within the City of Clearwater whenever such storage is
requested by the Police Department; such service shall be
provided on a 24 hour basis.
(b) The Contractor shall also remove non-accident-
related debris from the public streets when requested by the
Police Department.
(c) Should the Contractor receive a call beyond his
capability he may call in another towing service operator to
supplement his service, in towing only. In such cases, the
Police Department Dispatcher shall be so advised at the time of
the call. Such towing service operator shall be regarded as an
employee or agent of Contractor, subject to the same standards of
service required of the Contractor, and the use of such towing
service operator shall not relieve the Contractor of his
obligation under this contract.
(d) Because the vehicle may be physical evidence in a
criminal investigation, the Contractor shall cooperate with the
Police Department in all matters pertaining to the vehicle,
including making his wrecker drivers and other employees
available to the investigators for interviews or court testimony
concerning their actions and making the vehicle available for
inspection by the investigators.
6. Reports. Within ten (10) days following the end of
each month, or more frequently as may be required by the Police
Department, the Contractor shall provide a complete and detailed
3
" <
I
r
li~ting of vehicles which have been impounded under this contract
for thirty (30) days or longer.
7. Drivers and Other Emplovees.
(a) The Contractor shall have on file a Florida
D.H.8.M.V. driver license record for each driver employed by the
Contractor; such report shall not be older than one (1) year, and
shall ensure that each driver possesses the necessary state
operator's or chauffeur's permit consistent with the driver's
duties, skills and equipment requirements.
(b) The Contractor shall assume full responsibility
for the conduct of his employees while said employees or
Contractor are engaged in the execution of this contract and in
the normal scope and course of said employee's employment. The
City shall not be liable for any conduct or actions of the
Contractor, or his employees or agents, which are beyond the
scope and course of employment, nor shall the City be liable for
any damage to persons or property or other claims of negligence
arising from the negligent acts or omissions of the Contractor or
his employees or agents. The City shall be responsible for the
decision or judgment to tow a vehicle, but shall not be
responsible for the manner, method or technique by which a
vehicle is towed or stored.
(c) Because the Contractor and his drivers or other
employees may have custody of physical evidence in a criminal
investigation and the records pertaining thereto, because their
credible testimony may be needed in a trial, and because they may
4
,~
I
I
(d) Reauired Eauipment for All Wreckers.
1. All wreckers shall have proper flood lights
installed on the hoist to give adequate illumination at night.
2. All wreckers shall be equipped with amber lights
installed in front, rear and on each side. Each wrecker shall
have a rotor-beam type amber light mounted on top of the wrecker.
3. Each wrecker shall be equipped with the following:
a. One (1) heavy duty push broom
b. One (1) heavy duty shovel
c. One (1) heavy duty pinchbar, prybar or
crowbar
d. One (1) set heavy duty bolt cutters
e. One (1) 5 pound CO2 fire extinguisher
(minimum)
f. One (1) heavy duty dolly capable of handling
vehicles and equipment according to wrecker class.
10. Liabilitv for Vehicles and property.
(a) The contractor's liability for any vehicle towed
under this contract and all property contained therein shall
commence at the time the wrecker is hooked onto the vehicle. The
contractor shall be solely liable and responsible to the owner or
person entitled to lawful possession of the vehicle for damage to
or loss of the vehicle and any personal property in any vehicle
towed under this contract. In the event of a complaint of damage
or loss, the contractor shall cooperate with the police
Department in an investigation pertaining to the complaint, which
8
I
I
will include making the wrecker. driver or other employees
available to the police investigator.
(b) The contractor shall be responsible for the
safekeeping of, and shall be accountable to the owner of, the
vehicle for all personal property contained therein, including
vehicle accessories, while the vehicle is being towed to or from,
and while stored within, the storage facilities of the
contractor. Personal property contained in any vehicle which is
removed or stored by the contractor shall not be disposed of by
the contractor to defray any charges for towing or storage of the
vehicle, and such personal property shall be returned to the
owner or person entitled to lawful possession of the personal
property upon request, after obtaining approval of the detective
or other officer in charge, and without regard to any fees owed
by such person. The contractor shall not be responsible for any
property seized or retained by the police Department.
11. Charqes for Service: service Call Cancellations;
Waivers.
(a) All charges by the contractor for services under
this contract shall be in accordance with the following schedule:
1. Vehicle towing anywhere within the city of
Clearwater between the hours of 8:00 A.M. and 5:00 P.M.:
Regular Wrecker pick-UP $40.00
If "dolly" required $25.00
2. Vehicle towing anywhere within the city of
Clearwater between the hours of 5:00 P.M. and 8:00 A.M.:
9
,
, ,
a
I
Regular Wrecker Pick-up
If "dolly" required
$50.00
$25.00
3. Vehicle towing, tow truck at scene over
one (1) hour:
Each additional hour
$35.00
4. If more than one (1) wrecker is required to pick
up or remove a vehicle, each additional wrecker shall be charged
for at the rate of $35.00 per hour, daytime or nighttime.
5. The storage fee shall not exceed $10.00 per day or
a fraction thereof, for inside storage, or $8.00 per day or a
fraction thereof for outside storage.
(b) The City reserves the right to cancel a request
for services of the Contractor at any time, including up to the
time of hookup, without incurring any charges so long as such
cancellation is made in good faith upon facts developed after the
initial request for Contractor's services. If the owner of the
vehicle arrives on the scene before the vehicle is towed, and the
vehicle can be safely moved by the owner, during Contractor's
normal working hours, in the opinion of the on-scene police
officer, no charges will be made. Reasonable effort will be made
to contact the owner before towing services are requested. The
Contractor will not arbitrarily, capriciously or unreasonably be
denied just compensation for responding in good faith to City
requests for service.
10
J
I
(c). The contractor agrees that the mere response to an
impound scene without other action does not constitute a service
call for which charges are applicable.
(d) In the event that a vehicle is towed in error by
the police Department, the police Department may direct the
release of said vehicle and the waiving of charges by the
Contractor. Only supervisory police officials are permitted to
do this, after investigation into the error.
(e) In the event that the police call the Contractor
to tow a recovered stolen vehicle or a vehicle involved in a
criminal action, or when a vehicle in storage is found to be
stolen, the Contractor agrees to waive the first ten (10) days of
storage charge. The contractor may charge the initial towing fee
and storage for time exceeding ten (10) days.
(f) In the event that a towed or stored vehicle is
found to be stolen or belongs to the victim of a crime, the
storage exceeds ten (10) days, and the action was initiated by
the police Department, the Contractor agrees to waive or, in the
case of a large fee, negotiate with the police on the amount of
final charges. No charge shall be waived (except as in (d)
above) if storage beyond ten (10) days is caused by the
negligence of the owner or the police Department.
(g) In the event that a seized vehicle has been towed
one or more times by the Contractor to or from the separate
seizure lot, the city shall not be liable for any towing or
storage fees if the vehicle is returned to the contractor for
11
I
)
disposal. The Contractor shall refund any monies paid by the
City for such services, and shall attach a like amount as a lien
against the vehicle. Disposal thereafter shall be in accordance
with state law.
(h) Collection and Charaes. The City shall not be
responsible for the collection or payment of any charges for
services rendered because of its having dispatched the service
pursuant to this contract, except as may otherwise be provided
for herein. All such services rendered shall be charged to the
owner of the towed vehicle or other lawful claimant of
possession. The City shall pay a reasonable fee for the storage
of stolen vehicles beyond the ten (lO) day period when the City
is negligent in locating or contacting the owner.
12. Cleanup. The Contractor when towing a vehicle shall be
responsible for removing from the street all broken glass and
other debris that may be in the street. The debris thus removed
shall be properly and safely disposed of.
13. storaqe of Vehicles.
(a) The Contractor shall maintain a storage garage and
outside storage facility complying with all provisions of
applicable building and zoning regulations sufficient to safely
and securely store all vehicles towed by him under this contract
until such vehicles are claimed by the owner or otherwise
disposed of in accordance with this agreement and any applicable
law.
12
I
I
The Contractor shall maintain a principal storage compound
of not less than 20,000 square feet (meeting all required
specifications outlined herein) located within an area west of
Tampa Bay, south of Union street, north of Belleair Road, and
east of Clearwater Bay.
(b) The Contractor shall have suitable garage space
and have a hydraulic rack capable of lifting vehicles completely
off the floor, or equivalent facilities to permit police
investigators to stand below the vehicle to make thorough
investigations and inspections.
(c) The Contractor shall have inside storage capacity
of at least 4,500 square feet.
(d) Vehicles stored by the Contractor shall be
properly protected from theft and damage to the vehicles and all
personal property that may be contained therein. The Contractor
shall be responsible for ascertaining whether inside storage is
required, unless directed otherwise by the Police Department, and
shall ordinarily store vehicles in the most economical manner
consistent with vehicle type and condition.
(e) Unless specifically authorized by the city's
Police Department, vehicles will not be disposed of in any way
for a minimum of sixty (60) days.
(f) storage facilities shall be subject to inspection
and approval by the City upon commencement of this contract, and
shall be subject to periodic inspection when deemed necessary by
the Police Department during the term of this contract. Any
13
)
I
discrepancies noted in building or facility safety, security or
vehicle protection shall be submitted in writing to the
Contractor to correct the discrepancies, unless the condition is
so serious as to require immediate action.
(g) The Contractor shall take all reasonable
precautions to avoid damage to any evidence, vehicles and
personal property, and vehicles shall be stored at a reasonable
distance apart to prevent damage. The Contractor shall be
informed which vehicles are, or contain, evidence and upon
request shall be informed of the specific level of protection to
be accorded the vehicle.
(h) Because the Contractor's facilities must serve as
an extension of the Police Department's evidence and property
storage facility, the Contractor's storage facilities shall be
constructed and operated so that only authorized personnel have
access to the facilities, and such access must be adequately
documented so as to meet the standards of the chain of custody of
evidence for criminal proceedings. The Police Department shall
review and approve or amend the Contractor's procedures for such
compliance.
(i) Open storage shall be protected by a wall or fence
at least 6 feet in height. The top of any fence or wall
enclosure, including all gates or doors thereto or open areas
with roof, shall be equipped subject to the approval of the City
of Clearwater Building Director with not less than 12 inches of
barbed wire, or similar anti-intrusion barrier, installed in such
14
J
I
a manner as to discourage access over the top of the fence or
wall. All fences and walls shall be maintained in good repair
throughout the term of the contract. Any damage to such
enclosures shall be repaired promptly, and in no event later than
twenty-four (24) hours, to ensure proper protection for stored
vehicles. A security guard or responsible employee shall remain
on the premises continuously whenever the security of the storage
facility has been breached or substantially impaired.
(j) No storage fees will be collected for the first
six (6) hours that a vehicle is stored. Subsequent storage fees
will be based on 24-hour charges, but such charges will be
prorated on 12-hour increment periods.
(k) In the event that the Contractor has in his
possession a vehicle or personal property, the possession of
which resulted from and arose out of this agreement, and said
vehicle or personal property is in the Contractor's possession
for a period in excess of sixty (60) days, and if the Contractor
is required to deliver possession of such vehicle or property to
the County Court or to the Sheriff of pinellas County pursuant to
Chapter 705, Florida Statutes, then the Contractor agrees to
forego any possessory garageman's lien which he might otherwise
have as to said vehicle or property and the Contractor shall
collect any storage or towing charges due and owing as to the
vehicle from proceeds of any judicial sale which may be conducted
pursuant to Chapter 705, Florida Statutes.
15
I
I
(1) The Contractor agrees that he will assume the
total responsibility for compliance with section 713.78, Florida
Statutes, relating to liens for recovering, towing and storing
vehicles, and will provide the City with a complete record of his
actions pursuant to such statutes as they relate to vehicles
towed under this contract.
(m) The Contractor also agrees that he will provide
towing service required by the city involving vehicles covered
under the Florida Contraband Forfeiture Act and any such charges
for towing will be carried as a possessory garageman's lien and
will be paid when said vehicle is sold or otherwise disposed of
by the City. It shall be the responsibility of the Contractor to
provide the Police Department with a copy of appropriate bills
for inclusion in their files, so a proper accounting can be made
at the time of the sale. The Contractor will tow a seized
vehicle to the City seizure lot or the Contractor's compound as
per request of the Police Department. The Contractor agrees to
waive the first 10 days of storage charges for seized vehicles
stored at the Contractor's compound.
(n) Seized vehicles which are returned to the Contractor
for disposal shall be treated in accordance with the provisions
of section 932.704(3) (a), Florida State Statutes. The Contractor
will provide the City with documentation of the method of
disposal for each vehicle, including the Vehicle Identification
Number, the description of the vehicle, and the amount of money
received, if applicable.
16
. \
. ,
I.
I
14. Releasing of Vehicles. The Contractor agrees to
release any vehicle which has not been marked "Hold", provided
that proof of identification and ownership is presented. The
Contractor agrees that any vehicle which is marked "Hold" shall
not be released without authority from the Police Department and
the method of release will be at the discretion of the Police
Department. Persons who apply for the release of vehicles shall
be required to present proof of ownership by a title,
registration, bill of sale or other competent evidence. In the
event the Contractor is holding personal property removed from
the stored vehicle, upon release, the owner or persons entitled
to possession will acknowledge receipt upon the Contractor's copy
of inventory.
15. Claiming of Property. Whenever impounded vehicles
are claimed by the owner, the Contractor shall provide the owner
with an itemized statement of all charges made for the impounding
of the vehicle.
16. Disclosure of other Interest.
(a) If the Contractor has any connection, association,
affiliation, or financial or other interest in an automobile or
truck body repair, paint shop, salvage or recycling business, it
shall be disclosed to the City. The Contractor shall not favor
any automobile or truck body repair, paint shop, salvage or
recycling business whatsoever. If the Contractor has any
interest (financial or otherwise), connection, association or
affiliation with an automobile or truck repair, paint shop,
17
. <~ . "
)
I
salvage or recycling business, nq work shall be accomplished by
such shop or business, nor shall an estimate be given for work by
such shop or business in reference to vehicles towed or stored by
the Contractor under this contract. Any violation of this
provision during the term of this contract shall be grounds for
termination of this contract.
(b) Also, if during the life of this contract he
acquires such an interest, he will submit such information to the
city Manager immediately in writlng and the failure to do so
could result in the immediate termination of this towing contract
at the discretion of the City Manager.
17. Insurance. The Contractor shall procure and
maintain during the term of this contract insurance against
claims for injuries to persons or damages to property which may
arise from or in connection with performance of the work
hereunder by the Contractor, his agents, representatives,
employees or subcontractors. The cost of such insurance shall be
borne by the Contractor. Specific insurance specifications are
set forth in Appendix A, Insurance Requirements, attached hereto.
18. Indemnification. The Contractor covenants and agrees
to indemnify and save harmless the city from any and all claims,
suits, actions, damages and causes of action which arise during
the term of the contract for any personal injury, loss of life
and property damage sustained in the performance of services by
the Contractor pursuant to this contract, excluding claims
arising from the City's own negligent or intentional acts or
18
, -
I
I
omissions, and to defend any action or proceeding brought
thereon, and from and against any orders, judgment and decrees as
may be entered therein.
19. Non-Discrimination. The Contractor agrees that in the
performance of this contract he shall not discriminate or permit
discrimination in his hiring practices or in the performance of
the contract, against any person on the basis of his or her race,
sex, religion, political affiliation or national origin.
20. Complaints. The Contractor agrees that any
complaints received by the City concerning breach of this
contract by the Contractor, such as excessive charges, poor
business practices, damage to vehicles, etc. will be referred to
the City Manager, whose determination, after a fair and impartial
investigation including notice to the Contractor and an
opportunity to be heard and present evidence, will be binding on
the parties hereto. Failure of the Contractor to follow the city
Manager's determination will be considered a material breach of
the contract and cause for the immediate termination of the
contract.
21. Postinq of Prices. The Contractor shall prominently
post in each storage area a list of the charges set forth in this
contract. A schedule of approved charges shall be available upon
demand with each wrecker.
22. Contract Non-Assiqnable. Neither this contract nor any
rights hereunder shall be assignable or transferable. The City
reserves the right to terminate this contract upon any change in
19
- -+., \,", ~ I
'.
J
I
ownership of the Contractor, directly or indirectly, whether from
the issuance of shares or the transfer of shares in the
Contractor, or otherwise.
IN WITNESS WHEREOF, the parties hereto have caused this
instrument to be executed on the day and year first above
written.
Ri a Garvey
Mayor-cornrnissione~
CITY OF CLEARWATER, FLORIDA
By:
Approved as to form
and correctness:
Attest:
.~~
M. A. Galbraith
city Attorney I
WITNESSES:
~~~L~
, ~-~t>.n'\-6
WEEKS TOWING & AUTOMOTIVE, INC.
By: G~~~.
/ . ......~..- ---~- -
Attest: . ~ "_
~.~ Q hl~J~} c
( Secretary. . .>'_.
(Corporate Seal)
20
_lr"" 1'.'--. '-
I
I
APPENDIX A
INSURANCE REQUIREMENTS FOR BID NO. 75-92
AUTOMOBILE TOWING CONTRACT FOR CLEARWATER POLICE DEPARTMENT
HOLD HARMLESS
The city shall be held harmless against all claims for bodily
injury, sickness, disease, death or personal injury, or damage to
property or loss of use resulting therefrom, arising out of this
contract unless such claims are a result of the city's sole
negligence.
PAYMENT ON BEHALF OF CITY
The contractor agrees to pay on behalf of the City, and to pay
the cost of the city's legal defense, as may be selected by the
City, for all claims described in the Hold Harmless paragraph.
Such payment on behalf of the city shall be in addition to any
and all other legal remedies available to the City and shall not
be considered to be the City's exclusive remedy.
INSURANCE
The contractor shall provide the following described insurance on
policies and with insurance acceptable to the City.
Subcontractors, if any, shall be responsible for the same.
These insurance requirements shall not limit the liability of the
contractor. The city does not represent these types or amounts
of insurance to be sufficient or adequate to protect the
contractor's interests or liabilities, but are merely the
minimums.
Except for Workers' Compensation, the contractor's insurance
policies shall be endorsed to name the City, its officials,
employees, and volunteers as additional insureds to the extent of
the City's interests arising from this contract.
Except for Worker's compensation, the contractor waives its right
of recovery against the City, to the extent permitted by its
insurance policies.
The contractor's deductibles/self-insured retentions shall be
disclosed to the city on the certificates of Insurance and may be
disapproved by the city. They shall be reduced or eliminated at
the option of the city. The contractor is responsible for the
amount of any deductible or self-insured retention.
Workers' Compensation Coveraqe
Contractor shall purchase and maintain Workers' compensation
.~", - ~
,.,~, ".1 \ ...'"
, Ii ~
I
I
insurance for Florida Workers' compensation obligations and
employers liability limits of at least $100,000 each accident and
$100,000 each employee/$500,OOO policy limit for disease.
General. Garaqe. Garaqekeepers. Automobile Liabilitv Coveraqe
The contractor shall purchase and maintain coverage on forms no
more restrictive than the latest editions of the Garage Liability
policy of the Insurance Services Office. General liability,
garage liability, and auto liability risks should be covered.
$500,000 per occurrence limits are required for all liability,
including bodily injury, property damage, and personal injury.
Insurance must be on an occurrence form, covering premises,
operations, products and completed operations, independent
contractors, contractual liability covering this contract,
broad form property damage coverages. Coverage is to
include bodily injury and property damage arising out of
operation, maintenance or use of any auto, including owned,
nonowned, and hired automobiles and employee nonownership
use.
Garagekeepers Insurance must be provided in an amount no
less than $500,000 on a legal liability basis, including
comprehensive and collision perils.
Fidelitv/Dishonestv Insurance
Fidelity/dishonesty insurance is to be purchased in a minimum
amount of $50,000 per occurrence, to cover dishonest acts of the
contractor's employees, including theft or other dishonest acts
involving vehicles.
CERTIFICATES OF INSURANCE
Required insurance shall be documented in certificates of
Insurance which provide that the City shall be notified at least
30 days in advance of cancellation, nonrenewal, or adverse
change.
New certificates of Insurance are to be provided to the
contractor at least 15 days prior to coverage renewals.
If requested by the City, the contractor shall furnish complete
copies of the contractor's insurance policies, including all
forms and endorsements.
Receipt of certificates or other documentation of insurance or
policies or copies of policies by the City, or by any of its
representatives, which indicate less coverage that required does
not constitute a waiver of the contractor's obligation to fulfill
the insurance requirements herein.
"'J~:;'" -"
'"
,
I
, "::
I
INSURANCE OF THE CONTRACTOR PRIMARY
Insurance required of the contractor or any other insurance of
the contractor shall be considered primary, and insurance of the
City shall be excess, as may be applicable to claims which arise
out of the Hold Harmless, Payment on Behalf of city, Insurance
and certificates of Insurance provisions of this contract.
LOSS CONTROL/SAFETY
Precaution shall be exercised at all times by the contractor for
protection of all persons including employees and property. The
contractor shall be expected to comply with all laws, regulations
or ordinances related to safety and health, shall make special
effort to detect hazardous conditions and shall take prompt
action where loss control/safety measures should be expected.
The city shall have the right, but not the obligation, to order
work to be stopped if conditions exist that present immediate
danger to persons or property. The contractor acknowledges that
such stoppage will not shift responsibility for any damages from
the contractor to the city.