Loading...
VEHICLE TOWING SERVICE CONTRACT,a� 4, - �°' - .- t VEHICLE TOWING SERVICE CONTR.ACT TOWING SERVICE CONTRACT is made and entered inta this ! � day of C�C�-� , 2011 by and between the CITY OF CLEARWATER, FLORIDA, a municipal corporation, whase address is P.O. Bax 4748, Cleaxwater, Florida, 33758 (hereinafter, the "City"), and Clearwater Towing Service, Inc., whose address is 1955 Carxoll Street, Clearwater, FL 33765 (hereinafter, the "C�ntractor"). WHEREAS, the City and the Contractar have agreed to the terms and conditions set farth herein to insure prornpt arid ad�quate towing service, consistent and uniforrn fees for the towing and storage of vehicles, and proper safeguards and iixing of responsibility for the preservation and protection of praperty tawed or relocated pursuant ta this contract; NOW, THEREFORE, in consideratian af the mutual pramises and covenants set forth her�in, the sufiiciency of which is acknawledged, the parties do hereby agree as fallows: 1. A�reement. The City agrees to purchase from the Contractar, and the Cantractar shall furnish to the City, the services of towing and storage of vehicles and other services pursuant ta the terms and canditions af this contract. 2. Term. Subject to the terrninatian rights of the City, the terrn of this contract shall be 2 years from the date hereof. The City shall have the exclusive right to exercise a rnaxirnum of three (3) additional one-year extensions to the term of this Agreement by Page 1 of 23 ; written amendrnent executed by both parties. 3. Deiinitions. (a) The term "City" means the City af Clearwater. (b) The term "Contractor" means Clearwater Towing Service, Inc. (c) The term "vehicle" shall apply ta all types of motar vehicles, trailers and nan-motor vehicles. The term may include vehicles subject to impoundment, seizure, movement, coniiscation ar relocation pursuant to applicable Florida, caunty or municipal law, ordinances and rules. (d) The t�rm "Police Department" means the police department of the City, and includes the Chief of Palice and any police officer ar other City employee autharized to request services under this contract. 4. Records. The Cantractor 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 tovcring service for the removal, recovery, and towing of vehicles within the jurisdic�ional baundari�s of the City af Clearwater or within Pinellas County, upon request by the Police Department, and shall furnish both indoor and autdaor storage space for said vehicles specified within the geographical boundaries listed in sectian 14. (a) Page 2 of 2 3 whenever such storage is requested by the Police Departrnent; such service shall be provided on a 24-hour basis. � (b) The Contractor shall arrive upon the scene wi.thin forty-iive (45) �'-` v minutes frorn the time of the request for service, pravided the request for service is within the boundaries specifed in 14(a) of this cantract. If the Contractor fails to arrive withiri forty-%ve (45) mi�nutes fram the time of the request for service and if an officer rernains at the scene while waiting for the Contractor to arrive, Contractor will reimburse morithly the Clearwater Police Departrnent the sum af twenty-five ($25) dollars for each incident. If the Cantractor fails to arrivE within ninety (9�) minutes from the time of the request for servicE and if an ofiicer remains at the scene w'hile waiting for the Contractor to arrive, provided the request for service is withixi the boundaries specified in 14(a) of this contract, Contractor will reimburse monthly the Clearwater Police Department the sum of fifty ($50) dallars for each incident. Contractar shall respond to requests outside the baundaries outlined in 14(a) of this caritract withiri a reasonable period. Repeated incidents of response in excess of forty-five (45) min.utes shall be deemed a material breach af this contract. (c) The Contractar shall alsa remove nan-accident related debris iram the public streets when requested by the Police Department at na charge ta the city. (d) During the declaration of a voluntary or rnandatory Page 3 of 23 evacuation, the Cantractor shall have available two (2) wreckers and drivers far assignment by the City at appropriate locatians determined by the City to be necessary to rnaintain clear and safe evacuati�n routes. (e) Should the Cantractor receive a call beyond his/her capability he/she rnay call in anather towing service �peratar to supplezx�ent his/her service, in tawing only. In such cases, the Police Department Dispatcher shall be so advised at the tirne of the call. Such towing service operator shall be regarded as an ernployee or agent of Cantractor, subject to the same standards of senrice required of the Contractor, and the use of such towing service operator shall nat relieve the Cantractor of his abligatian under this cantract. (fl In the event the Contractar is unavailable to r�spond, unable to respond, or do not have the speci�ic resources necessary to meet the current demand for service, the City reserves the right to contact other vendors to meEt the demands of the City. Contractor will be reimburse the City far any costs incurred thraugh a third party vendor. (h) Because the vehicle may be physical evidence in a crirninal investigation, the Contractor shall caoperate with the Police Depaxtment in all rnatters pertaining to the vehicle, including rnaking his wrecker drivers and other employees available to the rnvestigators for interviews or caurt testimony concerning their actions and making the vehicle available for inspection Page 4 of 23 T by the investigators. 6. Reports. Within ten (1 Q) days follawing the end of each month, or more frequently as may be r�quired by the Palice Department, the Cantractor shall provide a complete and detailed listing of vehicles, including those vehicles far which a lien has been initiated, that have been impounded under this contract for thirty (30) days or longer. 7. Drivers and Other Eznplovees. (a) The Contractor shall have on file a Florida D.H.S.M.V, driver license r�cord for each driver ernployed by the Contractor; such report shall not be older than one (1) year, and shall ensure that each driver possesses the necessary state aperator's or c�mmercial driver's license consistent cvith the driver's duties, skills and equipment requirements. (b) The Contractor shall assume full respansibilities far 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 nat be liabl� for any conduct or actions of the Contractor, or his ernployees or agents, which are beyond the scope and course of employment, nor shall the City be liable far any damage to persons or property or other claixn s of negligence arising from the negligent acts or oznission.s of the Contractor or his employees or agents. The City shall be responsible for the decision ar judgment to taw a vehiclE, but shall not be Page 5 of 23 responsible for the manner, method or technique by which a vehicle is tdwed or stored. (c) Because the Cantractor and his drivers or other employees may have custady of physical evidence in a crirninal investigation and the recards pertaining thereto, because their credible testimany may be needed in a trial, and because they may have access to confidential informatian as a result of their duties, the Contractor and each person employed shall submit ta a background investigatian by the Palice Department. No person shall be permitted to perform th� services under this agreement if the backgraund inv�stigation discloses either af the following: (1) Any canviction within the last five (5) years for any felony affense ar any offense involving dishonesty or false statement. For purposes of this agreernent, the terzn "convic�ion" shall mean any dispasition of a criminal case invalving the irnposition of a fine, probation, incarceration, or other adverse sentence of a punitive nature, whether or not there was a formal adjudication of guilt. (2) Any false, misleading, or fraudulent s�aternent of fact or document required by the Police Department in conjunction with the backgraund investigation. Page 6 of 23 8. Inspections_ The Contractor shall permit members of the Police Departrnerit arid other authorized City personnel to inspect the starage areas, stored vehicles and records relative to this cvntract whenever, in the opinion of authorized City personnel, it is deemed reasonably necessary; such inspectioxis shall be conducted at reasonable tirnes and under reasanable circuznstances. 9. Equipment St�eci�cations. A minim�um of three (3) 4 Class "A" wreckers (one af which must be a four-wheel drive), one (1) Class "C" wrecker, and one (1) roll back or car carrier in good operating candition shall be required at the commencement date of this contract and shall be znaintained through the terrn of the contract. In addition, the Contractar agrees to maintain a sufficient fleet af trucks and equipxnent to perform the total cantract service requirements, plus all other business, law enfarcement and commercial requirements. The City vvill be given preference on any call for service. (a) All equipment shall be operational and in good mechanical candition and subject t� inspection by the City. The Cantractor shall not use Service equipment as emergency vehicles. All towing vehicles shall be equipped with two-way radios capable of covering all territ�ry within the city limits of Clearwater. (b) The Contractor shall meet all requirements of any applicable State, City and C�unty laws, ordinances and rules, including all applicable licensirig requirements. Page 7 of 2 3 Class "A" Wrecker Speciiications. (1) The tow truck shall have a rninirnurn manufacturer's capacity af 1Q,000 G.V.W. (2) The boam capacity shall not be less than four (4) totis. (3) The power winch shall have a pulling capacity of nat less than four (4) toris. (4) The winch spoal shall contain a minimum af one hundred fifty feet (150') of 3/ 8 inch tawing cable. (5) The vehicle shall be equipped with a cradle tow plate or tow sling to pick up vehicles. The cradle tow plate shall be equipped with property safety chains. (6) The vehicle sha11 be equipp�d with dual rear wheels. (c) Class "C" Wrecker Specifications, (1) The tow truck shall have a rninimum znan.ufacturer's capacity of 25,000 pounds G.V.W. (2) The boom capacity shall not be less than fifteen (15) tons. (3) The power winch shall have a pulling capacity of nat less than thirty (30) toris. (4) The winch spool shall cantain a minimum of twa huridred feet (200') of 9/ 16 inch or laxger towing cable. (5) The vehicle shall be equipped with a cradle tow plate or taw sling ta pick up vEhicles. The cradle tow plate shall Page 8 of 23 be equipped with praperty safety chains. (6) The vehicle shall be equipped with dauble baom sa canstructed to permit splitting, each booxn ta aperate independently or jointly. (i) The vehicle shall be equipped with dual rear wheels. (S) The v�hicle shall be equipped wi.th air brakes so constructed as to lock all wheels automatically upon failure. (d) Required Equiprnent for All Wreckers._ (1) All wreckers shall have proper flood lights installed an the hoist to give adequate illuminatian at night. (2) All wreckers shall be equipped with amber lights installed in front, rear and an each side. Each wrecker shall have an amber light mounted on top of the wrecker. (3) Each wrecker shall be equipped with the followirig: a. One (1) heavy-duty push braam. b. �ne (1) heavy-duty shovel. c. One (1) heavy-duty pinch bar, pry bar ar crawbax. d. One (1) set heavy-duty bolt cutter. e. One (1 5 pound CO2 fire extinguisher (rninirnurn) f. One (1) heavy-duty dolly capable of handling Page 9 af 23 vehicles and equipment accarding to wrecker class. (e) Required Equipment for Vehicle Inspecti�ns: (1) Flat, level, concrete work space, wide enough for two (2) vehicles (2) Interior and adequate lighting (3) Fl��r jack (4) Tire wrench(s) 10. Liabilitv for Vehicles and Prapertv. (a) The Contractor's liability far any vehicle to�cnred under this contract and all praperty contained therein shall cammence at the time the wrecker is haoked anto the vehicle. The Cantractar shall be solely liable and respansible 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 darnage �r loss, the Contractor and emplayee(s) shall cooperate with the Police Department in an investigation pertaining tn the complaint, which will include making the wrecker driver or other employees available to the police investigator. (b) The Cantractor shall be responsible for the safekeeping of, and shall be accountable to the ovcmer of the vehicle for all personal property c�ntained therein, including vehicle accessories, while the vehicle is being towed ta or from, and Page 10 of 23 � 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 Cantractar to defray any charges for towing or storage of the vehicle, and such persanal property shall be returned ta the owner or person entitled to lawful possessian of the personal property upon request, after abtaining approval of the Police Departmen.t employee in charge, and without regard to any fees owed by such persan. The Contractor shall not be responsible for at�y property seized or retained by the Police Departrnent. 11. Char es far Service: Service Call Cancellatians� Waivers. All charges by the Contractor for services under this cantract shall be in accordance with Section 122-42, Pinellas Cauntv Cod�, or amendments thereto. (a) Cantractor shall transmit every month to the Palice Depaxtment, a fee equating to twenty dollars ($20.00) per vehicle subj�ct ta impoundment for all administrative duties relating to the internal processing of the vehicle impound by Staff at the Police Department. These duti�s include, but not limited to, for example: FCIC/NCIC iriquires, lien/ownership status checks, purging of records fram FCIC/NCIC, case/file management, and supplemental reparts documenting the relEase of said vehicle(s). Page 11 of 2 3 (b) The City shall reirnburse Cantrac�or a flat fee af one-hundred dollars ($100.00) for the irnpaundment, towing, and storage of vehicles held as evidence for investigative purposes when it is deemed necessary to store the vehicle(s) at the Contract�rs principle storage facility for a reasonable period of time not to exceed five (5) days. Once the pracessing of said vehicles is completed, the Contractor agrees to tow the vehicle to the Clearwater Police Department's Seizure Lot at na further cost to th� City. This fee shall not apply ta vehicles which are sirnultaneously subject to seizure by the Clearwater Police Departrnent. (c) The City r�serves the right to cancel a request for services of the Contractar at axay time, including up to the tirne of hookup, so long as such cancellation is rnade in good faith upon facts develop�d after the initial request for Contractar's services. If the owner di the vehicle axrives on the sc�ne before the vehicle is tovcred, and the vehicle can be safely moved by the owner, during Contractor's normal working hours, in the opinion of the an-scene employee, no charges will he made. Reasonable Effort will be made to contact the owner befare towing services are requested. The Contractor will nat arbitrarily, capriciously or unreasonably be denied just compensation for respondizig in good faith to City requests for service. (d) The Contractor agrees that the mere rESpanse to an iznpound scene without other actian daes nat constitute a service call Page 12 of 2 3 for which charges are applicable. (e) In the event that a vehicle is towed in error by the Palice Departrnent, the Police Department may direct the release of said vehicle and the waiving af charges by the Contractor. Only supervisory police of�cials holding the rank of Police Major or higher are permitted to do this, and only after investigation into the error. ( fl In the event that the Police call �he Cantractor to tow a recovered stolen vehicle ar a vehicle invalved in a crixninal action, or when a vehicle in storagE is found to be stolen, the Contractor agrees ta waive the first seven (7) days af starage charge. The Contractor may charge the initial towing fee and storage for time exceeding seven (7) days. In the event that a towed or st�red v�hicle is found ta be stolen or belangs to the victim of a crime, the storage exceeds seven (7) days, and the action was initiated by the Police Departznent, the Contractor agrees to waive or, in the cas� of a large fee, negotiate with the Police on the amount af iinal charges. No charge shall be waived (except as in (d) above) if storage beyond seven (7) days is caused by the negligence of the awner. (g) In the event that a seized vehicle is returned to the Cantractor for disposal, the City shall not be liable for any towing or storage fees in connection with the disposal of the vehicle. Page 13 of 2 3 �.2. Callectian and Char�es• The City shall not be responsible far the collection or payrnent af any charges for services rendered because af its having dispatched the service pursuant to this c�ntract, except as may otherwise be pravided for herein. All such services rendered shall be charged to the owner of the tawed vehicle or other lawful claimant of possession. 13. Cleanup. The Cantractar when towing a vehicle shall be responsible for remvving from the street all brokeri glass and other debris that may be in the street as a result of the cause for the towing of the vehicl�. The debris thus removed shall be properly and safely disposed of. 14. Stora�e of Vehicles. (a) The Cantractor shall maintain a storage garage and outside starag� facility complying with all pravisian af applicabl� building and zoning regulations sufiicient ta safely and securely store all vehicles towed by him under this contract until such vehicles are clairned by the awr�er ar otherwise dispased af in accordance with this agreemerit and any applicabl� law. The Contractor shall maintain a principal storage compound of not less than 20,000 square feet (rneeting all required specification outlined herein) located within an area west of Tampa Bay, south of SR 580, narth af Selleair Road and east of the Gu1f of Mexica. (b) The Contractor shall have suitable garage space and have a Page 14 of 2 3 hydraulic rack capable of lifting vehicles completely off the floor, or equivalent facilities to permit police ernployees to stand below the vehicl� ta make thorough investigations and inspectians. (c) The facility, or designated portions of the facility, should be available to investigators from the Police Department, at any time, for the purpases of conduc�ing examination or analysis of vehicles. (d) Contractor shall have employees available during business hours (Monday through Friday) to facilitate Police Departrnent investigators examination or analysis af vehicles. (e) The Contractor shall have inside storage capacity of at least 4,Q00 square feet. (� Vehicles stored by the Contractor shall be properly protected fram theft arid damage to the vehicles and all persan property that may be contained therein. The Contractar sha11 be respansible for ascertaining whether inside storage is required unless directed otherwise by the Police Department, and shall ardinarily stor� vehicles in the mast economical manner consistent with vehicle type and condition. (g) Unless speciiically authorized by the City's Police Department, vehicles will not be dispased of in any way for a xninimum �f sixty (60) days. Page 15 of 23 (h) Storage facilities shall be subject to inspectian and approval by the City upon carnrnencement of this contract, and sha11 be subject to periodic inspection when deemed necessary by the Police Department or other �ntity having jurisdiction during the t�rrn of this contract. Any discrepancies noted in building ar facility sa.fety, security or vehicle protectian shall be submitted in writi.ng to the Contractor ta carrect the discrepancies, unless the conditian is so serious as to require immediate action. (i) The Contractor shall take all reasonable precautions to avoid damage to any evidence, vehicles and personal praperty, and vehicles shall be stored at a reasonable distance apart ta prevent damage. The Contractor shall be informed which vehicles are, or conta.in, evidence and upan reques� shall be informed of the specific level of protECtiori ta be accorded the vehicle. (j) Because the Contractor's facilities must serve as an extension af the Palice Department's evidence and property storage facility, the Contractar's storage facilities shall be constructed and operated so that anly authorized personnel have access to the facilities, and such access must be adequately documented so as ta meet the standards of the chain of custody of evidence for criminal proceedings. The Police D�partrnent shall review and approve or arnend the Contractor's procedures for such cornpliance. In as much as Page 16 af 23 the facility, primarily inside starage facility, rnust be secured, the Contractor must have in place a working alarm systern ta prevent the unauthorized access to the inside storage facility. (k) Open storage shall be protected by a wall ar fence at least six feet (6') in height. The top of any fenc� or wall enclosure, including all gates ar doors ther�to or apen areas with raaf, shall be equipped subject to the appraval af the City of Clearwater Suilding Director and/or appropriate building inspectar with not less than twelve (12) inches of barbed wirE, or similar anti-intrusian barrier, installed in such a manner as to discourage access aver the top of the fence or wall. All fences and walls sha11 he 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 praper protection for stored vehicles. A security guard or responsible employee shall rernain on prernises continuously whenever the security of the starage facility has been breached or substantially impaired. (1) The Contractor agrees that he will assume the total responsibility for compliance with Sectian 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 to�red under this cantract. (rn) The Contractor alsa agrees to provide towing service required Page 17 of 23 by the City involving vehicles covered under the Florida Contraband Forfeiture Act at na charge to the City. The Contractor will tow a seized vehicle to the City seizure lot �r the Contractar's campound as per request of the Police Department at no cost to the City. (n) C�ntractor agrees to provide towing service for impaunded vehicles, which xz�ay be required for inspection or examination by the Police Department, at no cost to the City. (o) Seized vehicles that axe returned to the Cantractor for dispasal shall be treated in accordance with the pravisions of Section 932.7055, Florida Statuies. The Contractor will provide the City with documentation of the rnethad of disposal for each vehicle, including the Vehicle Identification Number, the description of the vehicle, and the amount of money received, if applicable. The Contractor shall return ta the City in form of a payment or credit one-half of the gr�ss praceeds resulting from the disposal of the vehicle. 15. Releasin of Vehicles. The Cantractor agrees td release any vehicle that has nat been marked "Hold," provided that proof of identiiication and ownership is presented. The Contractor agrees that any vehicle that is marked "Hald" shall not be releas�d without authority from the Police Department and the rnethod af release will be at the discretion of the Palice Departrnent. Pers�ns who apply for the release �f vehicles shall be required to present proof of ownership by a title, registration, bill Page 18 �f 23 of sale ar other competent evidence. In the event the Contractor is holding personal property rernoved frorn the stared vehicle, upon release, the owner or persons entitled ta possessian will acknowledge receipt upon the Contractor's copy of inventory. 16. Claimin of Pra er . Whenever impounded vehicles are claimed by the owner, the Cantractor shall pravide the owxier with an itemized statement �f all charges made for the impounding of the vehicle. 17. Disclosure of Other Interest. (a) If the Cantractor has any connection, association, affiliation, or �inancial or other interest in an automobile or truck body repair, paint shop, salvage or recycling business, it shall be disclased to the City. The Contractor shall nat favor any automobile or truck body repair, paint shop, salvage or recycling business whatsoever. If the Contractor has any interest (�nancial or �therwise), conn�ction, associatian ar afiiliation with an automobile ar truck repair, paint shap, salvage or recycling business, na work shall be accamplished by such shap ar business, nar 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 vialation of this provision during the terrn of this cantract shall be graunds for termination of this contract. (b) Also, if during the life of this contract, Cantractar acquires such an interest, Contractor will submit such inforrnation to Page 19 of 23 the City Manager irzxmediately in writing and the failure to da so could result in the immediate termination of this towing contract at the discretion of the City Manager. 18. Insurance. The Contractor shall pracure and rnaintain during the term of this contract insurance against clairns far injuries to persans or damages to property which may arise from or in connection with performance af the work hereunder by the Contractor, his agents, representatives, emplayees or subcontractors. The cost of such insurance shall be borne salely by the Contractorr. Speci�ic insurance speciiications are set forth in Appendix A, Insurance requirements attached hereto. 19. Indemniiication. The Contractors' covenants and agre�s ta indemnify and save harrnless the City fram any and all claims, suits, actions, damages and causes of action, including attorney's fees and any cost incurred as a result of enfarcing this indernnity agreement, which arise during the term of the contract for�any personal injury, loss of life or property, and property darnage sustained in the performance of services by the Cdritractor pursuant to this contract, excluding claims arising from the City's owri negligent or intentional acts ar omissions, and to defend any actian or prace�ding brought thereon, and from and against any arders, judgment and decrees as may be entered therein. Page 20 af 23 20. Non-Discrimination. The Contractor agrees that in the perfarmance of this contract he shall nat discrixninate or pErrnit 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 afiiliation, national origin, sexual preference, or disability. 21. Complaints. The Contractor agrees that any cornplaints received by the City concerning breach of this cantract by the Contractor, such as excessive charges, poor busin�ss practices, damage to vehicles, etc. will be referred to the City Manager, whos� determination, after a fair and impartial investigation including notice to the Cantractar and an opportunity to be heard and present evidence, will be binding an the parties hereto. Failure of th� Contractor to follow the City Manager's determination will be considered a material breach of the contract � and cause for the immediate terrnination of the contract. 22. Postin� of Prices. The Cantractor shall praxninently past in each starage area a list of the charges set far in this contract. A schedule of approved charges shall be available upon dernand with each wrecker. 23. Contract Non-Assi nable. Neither this contract nor any rights hereunder shall be assignable or transferable. The City reserves the right ta terminate this contract up�n any change in ownership of the Cantractor, directly or indirectly, whether from the issuance oi shares ar the transfer af Page 21 of 23 shares in th� Cantractar, ar atherwise. 24. Non-Exclusiveness of Service. The awner or person in possession af any private (non City) vehicle which has been involved in an accident, or whose vehicle has been incapacitated in any ather manner, shall be given th� apportu.nity to cantact a wrecker or tow truck operator, provided the disabled vehicle is no� creating a ha.zardous condition and the time which is required for the wreck�r to respond will be reasonable. Nothing contained herein lirnits other towing companies from responding to the request %r services from any private persan or property owrier. 25. Termination of Cantract. The City may terminate this Agreement without cause upan ninety (90) days written notice to the Cantractor. The City rnay immediately terminate this Agreement upon written notice ta Cantractor in the event the Contractor breaches any of the terms and conditions of this Agreement and fails to cure the breach within 7 days from the date that written notice af the breach is delivered to the Contractar. Page 22 af 23 � '.4 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed on the c�ay and year first above written. Countersigned: CITY OF CLEARWATER, FLORIDA , � � ,�.P.�..�. �. sy: Frank V. Hibbard William S. Horne II Mayar City Manager Approved as to form: � Robert Surette Assis City Attorney Attest: � �-u--� Rosemarie Call City Clerk �� 1, ' ,,� � � ,��`^ '► � �� ..a,V �.iv". � ,�,:y,ti. ,� � �. . � � . �- ti: ,. . , - . ��` . � . � `�.. _ CLEARWATER TOWING SERVICE, INC. By. Sean Co dne ames, President Clearwater Towing Service, Inc. Page 23 of 23