VEHICLE TOWING SERVICE CONTRACT (3)VEHICLE TOWING SERVICE CONTRACT
11 q
TOWING SERVICE CONTRACT is made and entered into thecry m- day of
September, 2020 by and between the CITY OF CLEARWATER, FLORIDA, a
municipal corporation, whose address is P.O. Box 4748, Clearwater, Florida
33758 (hereinafter, the "City"), and Clearwater Towing Service, Inc., whose
address is 1955 Carroll Street, Clearwater, FL 33765 (hereinafter, the
"Contractor") .
WHEREAS, the City and the Contractor have agreed to the terms and
conditions set forth herein to insure prompt and adequate towing service,
consistent with 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 premises and
covenants set forth herein, the sufficiency of which is acknowledged, the
parties do hereby agree as follows:
1. Agreement.
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.
2. Term.
Subject to the termination rights of the City, the effective term of this
contract shall be October 1, 2020 through September 30, 2021. The City
shall have the exclusive right to exercise a maximum of three (3)
additional one-year extensions to the term of this Agreement by written
amendment executed by both parties.
3. Definitions.
(a) The term "City" means the City of Clearwater.
Page 1 of 20
(b) The term "Contractor" means Clearwater Towing Service, 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 or other
City employee authorized to request services under this contract.
(e) The term "Fleet Services Department" means the fleet services
department of the City, and includes the Fleet Services Director,
and other City employee 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,
recovery and towing of vehicles within the jurisdictional
boundaries of the City of Clearwater or within Pinellas County,
upon request by the Police Department, and shall furnish both
within the geographical boundaries listed in section 14 (a)
whenever such storage is requested by the Police Department;
such service shall be provided on a 24-hour basis.
(b) The Contractor will provide access to their computer-aided
dispatch system to the Police Department for the purpose of
creating electronic requests for towing services.
(c) The Contractor shall arrive upon the scene within forty-five (45)
minutes from the time of the request for service, provided the
request for service is within the boundaries specified in 14 (a) of
this contract. If the Contractor fails to arrive within forty-five (45)
Page 2 of 20
minutes from the time of the request for service and if an officer
remains at the scene while waiting for the Contractor to arrive,
Contractor will reimburse monthly to the Clearwater Police
Department the sum of thirty dollars ($30) for each incident.
If the Contractor fails to arrive within ninety (90) minutes from the
time of the request for service and if an officer remains at the scene
while waiting for the Contractor to arrive, provided the request for
service is within the boundaries specified in 14 (a) of this contract,
Contractor will reimburse monthly to the Clearwater Police
Department the sum of sixty dollars ($60) for each incident.
Contractor shall respond to requests outside the boundaries
outlined in 14 (a) of this contract within a reasonable period.
Repeated incidents of response in excess of forty-five (45) minutes
shall be deemed a material breach of this contract.
(d) The Contractor shall also remove non -accident related debris from
the public streets when requested by the Police Department at no
charge to the City.
(e) During the declaration of a voluntary or mandatory evacuation, the
Contractor shall have available four (4) wreckers and drivers for
assignment by the City at appropriate locations determined by the
City to be necessary to maintain clear and safe evacuation routes.
(f) Should the Contractor receive a call beyond his/her capability,
he/ she may call in another towing service operator to supplement
his/her 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/her obligation
under this contract.
In the event the Contractor is unavailable to respond, unable to
respond, or does not have the specific resources necessary to meet
Page 3 of 20
(g)
the current demand for service, the City reserves the right to
contact other vendors to meet the demands of the City. Contractor
will reimburse the City for any costs incurred through a third party
vendor.
(h) 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 listing of vehicles, including those
vehicles for which a lien has been initiated, that have been impounded
under this contract for thirty (30) days or longer.
7. Drivers and Other Employees.
(a) The Contractor shall have on file a Florida D.H.S.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 commercial
driver's license consistent with the driver's duties, skills and
equipment requirements.
(b) The Contractor shall assume full responsibilities 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
Page 4 of 20
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 have access to
confidential information as a result of their duties, the Contractor
and each person employed shall submit to a background
investigation by the Police Department. No person shall be
permitted to perform the services under this agreement if the
background investigation discloses either of the following:
(1) Any conviction within the last five (5) years for any felony
offense or any offense involving dishonesty or false statement. For
purposes of this agreement, the term "conviction" shall mean any
disposition of a criminal case involving the imposition 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 statement of fact or
document required by the Police Department in conjunction with
the background investigation.
8. Inspections.
The Contractor shall permit members of the Police Department and other
authorized City personnel to inspect the storage areas, stored vehicles
and records relative to this contract whenever, in the opinion of
authorized City personnel, it is deemed reasonably necessary; such
inspections shall be conducted at reasonable times and under
reasonable circumstances.
9. Equipment Specifications.
A minimum of three (3) Class "A" wreckers (one of which must be a four-
wheel drive), one (1) Class "C" wrecker, one (1) Class D wrecker, and one
Page 5 of 20
(1) rollback or car carrier in good operating condition shall be required at
the commencement date of this contract and shall be maintained
through the term of the contract. In addition, the Contractor agrees to
maintain a sufficient fleet of trucks and equipment to perform the total
contract service requirements, plus all other business, law enforcement
and commercial requirements. The City will be given preference on any
call for service.
(a) All equipment shall be operational and in good mechanical
condition and subject to inspection by the City. The Contractor
shall not use Service equipment as emergency vehicles. All
towing vehicles shall be equipped with two-way radios capable
of covering all territory within the city limits of Clearwater.
(b) The Contractor shall meet all requirements of any applicable
State, City and County laws, ordinances and rules, including all
applicable licensing requirements.
Class "A" Wrecker Specifications.
(1) The tow truck shall have a minimum manufacturer's
capacity of 10,000 G.V.W.
(2) The boom capacity shall not be less than four (4) tons.
(3) The power winch shall have a pulling capacity of not less
than four (4) tons.
(4) The winch spool shall contain a minimum of one hundred
fifty feet (150') of 3/8 inch towing 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 shall be equipped with dual rear wheels.
(c) Class "C" Wrecker Specifications.
(1) The tow truck shall have a minimum manufacturer's
capacity of 25,000 pounds G.V.W.
Page 6 of 20
(2) The boom capacity shall not be less than fifteen (15) tons.
(3)
The power winch shall have a pulling capacity of not less
than thirty (30) tons.
(4) The winch spool shall contain a minimum of two hundred
feet (200') of 9/16 inch or larger towing 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 shall be equipped with double boom so
constructed to permit splitting each boom to operate
independently or jointly.
(7)
The vehicle shall be equipped with dual rear wheels.
(8) The vehicle shall be equipped with air brakes so constructed
as to lock all wheels automatically upon failure.
(d) Class "D" Wrecker Specifications.
(1)
The tow truck shall have a minimum manufacturer's
capacity of 31,000 pounds G.V.W. and be capable of towing
vehicles in excess of 25,000 pounds GVWR.
(2) The boom capacity shall not be less than fifteen (15) tons.
(3)
The power winch shall have a pulling capacity of not less
than thirty (30) tons.
(4) The winch spool shall contain a minimum of two hundred
feet (200') of 9/16 inch or larger towing 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.
Page 7 of 20
(6) The vehicle shall be equipped with double boom so
constructed to permit splitting each boom to operate
independently or jointly.
(7)
The vehicle shall be equipped with dual rear wheels.
(8) The vehicle shall be equipped with air brakes so constructed
as to lock all wheels automatically upon failure.
(e) Required Equipment for All Wreckers.
(1) All wreckers shall have proper flood lights installed on the
hoist to give adequate illumination at night.
(f)
(2) All wreckers shall be equipped with amber lights installed in
front, rear and on each side. Each wrecker shall have an
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 pinch bar, pry bar or crowbar,
d. One (1) set heavy-duty bolt cutter,
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.
Required Equipment for Vehicle Inspections:
(1) Flat, level, concrete workspace, wide enough for two (2)
vehicles
(2) Interior and adequate lighting
Page 8 of 20
(3) Floor jack
(4) Tire wrench(s)
10. Liability 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 and
employee(s) shall cooperate with the Police Department in an
investigation pertaining to the complaint, which 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
Police Department employee 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.
Page 9 of 20
11. Charges for Service: Service Call Cancellations; Waivers.
All charges by the Contractor for services under this contract shall be in
accordance with Section 122-42, Pinellas County Code, or amendments
thereto.
a) Contractor shall transmit every month to the Police Department a
fee equating to twenty dollars ($20.00) per vehicle subject to
impoundment for all administrative duties relating to the internal
processing of the vehicle impound by staff at the Police
Department. These duties include, but not limited to, for example:
FCIC/NCIC inquiries, lien/ownership status checks, purging of
records from FCIC/NCIC, case/file management, and
supplemental reports documenting the release of said vehicle(s).
(b) The City shall reimburse Contractor a flat fee of one hundred
dollars ($100.00) for the impoundment, towing, and storage of
vehicles held as evidence for investigative purposes when it is
deemed necessary to store the vehicle(s) at the Contractor's
principal storage facility for a reasonable period of time not to
exceed five (5) days. Once the processing of said vehicles is
completed, the Contractor agrees to tow the vehicle to the
Clearwater Police Department's Seizure Lot at no further cost to
the City. This fee shall not apply to vehicles which are
simultaneously subject to seizure by the Clearwater Police
Department.
(c) The City reserves the right to cancel a request for services of the
Contractor at any time including up to the time of hookup, 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 employee, no
Page 10 of 20
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.
(d) 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.
(e) 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 holding the rank of Police Major or
higher are permitted to do this, and only after investigation into
the error.
(f) In the event that the Police Department calls 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 seven (7) days of storage charge. The
Contractor may charge the initial towing fee and storage for time
exceeding seven (7) days.
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 seven (7) 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 Department on the amount of final charges. No
charge shall be waived (except as in (d) above) if storage beyond
seven (7) days is caused by the negligence of the owner.
Page 11 of 20
(g)
In the event that a seized vehicle is returned to the Contractor for
disposal, The City shall not be liable for any towing or storage fees
in connection with the disposal of the vehicle.
12. Collection and Charges.
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
13. 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 as a result of the cause for the towing of the vehicle. The debris
thus removed shall be properly and safely disposed of.
14. Storage 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. 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 SR 580, north
of Belleair Road and east of the Gulf of Mexico.
(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 employees to stand below the
vehicle to make thorough investigations and inspections.
Page 12 of 20
(c) The facility, or designated portions of the facility, should be
available to investigators from the Police Department, at any time,
for the purposes of conducting examination or analysis of vehicles.
(d) Contractor shall have employees available during business hours
(Monday through Friday) to facilitate Police Department
investigators examination or analysis of vehicles.
(e) The Contractor shall have inside storage capacity of at least 4,000
square feet.
(f) 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.
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.
(h) 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 or other entity having jurisdiction during the term of
this contract. Any 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.
The Contractor shall take all reasonable precaution 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 afforded the vehicle.
Page 13 of 20
(g)
(i)
(j) 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.
Inasmuch as the facility, primarily inside storage facility, must be
secured, the Contractor must have in place a working alarm
system to prevent the unauthorized access to the inside storage
facility.
(k) Open storage shall be protected by a wall or fence at least six feet
(6') 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
and/or appropriate building inspector with not less than twelve
(12) inches of barbed wire, or similar anti -intrusion barrier,
installed in such 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
premises continuously whenever the security of the storage facility
has been breached or substantially impaired.
(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.
Page 14 of 20
(m) The Contractor also agrees to provide towing service required by
the City involving vehicles covered under the Florida Contraband
Forfeiture Act at no charge to the City. The Contractor will tow a
seized vehicle to the City Seizure Lot or the Contractor's compound
as per request of the Police Department at no cost to the City.
(n) Contractor agrees to provide towing service for impounded
vehicles, which may be required for inspection or examination by
the Police Department, at no cost to the City.
(o) Seized vehicles that are returned to the Contractor for disposal
shall be treated in accordance with the provisions of Section
932.7055, Florida 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. The
Contractor shall return to the City, in form of a payment or credit,
one-half of the gross proceeds resulting from the disposal of the
vehicle.
15. Releasing of Vehicles.
(a) The Contractor agrees to releaseany vehicle that has not been
marked "Hold", provided that proof of identification and ownership
is presented. The Contractor agrees that any vehicle that 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.
(b) The Contractor agrees to accommodate the Police Department's
process of providing a notification to the vehicle owner when an
Page 15 of 20
owner's vehicle was used in violation of the Florida Contraband
Forfeiture Act, but the vehicle owner was not arrested at the time
of the seizure or had no notice that the vehicle was being used to
violate the Florida Contraband Forfeiture Act.
16. 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.
17. 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, salvage or recycling business, no 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 vehicle
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, Contractor acquires such an
interest, Contractor will submit such information to the City
Manager immediately in writing and the failure to do so could
result in the immediate termination of this towing contract at the
discretion of the City Manager.
18. City Fleet Services.
(a) The Contractor shall provide 24-hour, seven (7) days a week towing
services for City vehicles upon request by the City's Fleet
Operations or its designee.
Page 16 of 20
(b) The Contractor shall arrive at the service location within one (1)
hour from the time the call for service was received.
(c) The Contractor may commence to charge "truck time" after having
been on the site of the requested service for more than one (1)
hour.
(d) The Contractor may charge an additional "towed mileage" charge
when the towed vehicle is outside the limits of the City of
Clearwater. This added charge will be for the distance traveled to
reach a vehicle outside the City limits of Clearwater for the purpose
of recovery only, towing the unit into the City limits, or towing a
vehicle to a destination other than to the City of Clearwater.
19. Fleet Services Definitions.
(a) Road Service - jump starting (when authorized), changing tires,
entering a vehicle with keys locked inside. (No towing involved)
(b) Recovery - pulling a piece of equipment out of sand, dirt, etc.,
without towing the vehicle to another location.
20. Fleet Services Rate Scale.
Towing services will adhere to the following rate scale:
Item
No.
Description
Class"A"
Wrecker
Unit Price
Class "8"
Wrecker
Unit Price
Class "C"
Wrecker
Unit Price
Class "D"
Wrecker
Unit Price
Service
Unit
1
Towing Service
Base Charge
$ 35.00
$ 75.00
$ 95.00
$ 150.00
Per tow
2
Use of Dolly in tow
service
$ 0.00
$ 0.00
$ 0.00
$ 0.00
Per tow
3
Use of Flatbed in tow
service
$ 0.00
$ 0.00
$ 0.00
$ 0.00
Per tow
4
Road Service
$ 35.00
$ 35.00
$ 35.00
$ 35.00
Per call
5
Recovery
$ 35.00
$ 50.00
$ 50.00
$ 50.00
Per call
6
Truck Time w/ Driver
$ 35.00
$ 35.00
$ 75.00
$ 75.00
Per hour
7
Extra mileage outside
Clearwater city limits
$ 2.00
$ 3.00
$ 4.00
$ 4.00
Per mile
Page 17 of 20
21. 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 solely by the Contractor. Specific
insurance specifications are set forth in Appendix A, Insurance
requirement attached hereto.
22. Indemnification.
The Contractors' covenants and agrees to indemnify and save
harmless the City from any and all claims, suits, actions, damages
and causes of action, including attorney's fees and any cost
incurred as a result of enforcing this indemnity agreement, which
arise during the term of the contract for any personal injury, loss
of life or services by the Contractor pursuant to this contract,
excluding claims arising from the City's own negligent or
intentional acts or omissions, and to defend any action or
proceeding brought thereon, and from and against any orders,
judgment and decrees as may be entered therein. Notwithstanding
anything contained herein to the contrary, this indemnification
provision shall not be construed as a waiver of any immunity to
which City is entitled or the extent of any limitation of liability
pursuant to § 768.28, Florida Statutes. Furthermore, this
provision is not intended to nor shall be interpreted as limiting or
in any way affecting any defense City may have under § 768.28,
Florida Statutes or as consent to be sued by third parties.
23. 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
Page 18 of 20
on the basis of his or her race, sex, religion, political affiliation,
national origin, sexual preference, or disability.
24. 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 thereto. 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.
25. Posting 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.
26. Contract Non-Assignable.
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 ownership of the Contractor, directly
or indirectly, whether from the issuance of shares or the transfer of
shares in the Contractor, or otherwise.
27. Non-Exclusiveness of Service.
The owner or person in possession of any private (non-City) vehicle
which has been involved in an accident, or whose vehicle has been
incapacitated in any manner, shall be given the opportunity to
contact a wrecker or two truck operator, provided the disabled
vehicle is not creating a hazardous condition and the time which is
required for the wrecker to respond will be reasonable. Nothing
contained herein limits other towing companies from responding to
the request for services from any private person or property owner.
Page 19 of 20
28. Termination of Contract.
The City may terminate this Agreement without cause upon ninety
(90) days written notice to the Contractor. The City may
immediately terminate this Agreement upon written notice to
Contractor in the event the Contractor breaches any of the terms
and conditions of this Agreement and fails to cure the breach
within seven (7) days from the date that written notice of the
breach is delivered to the Contractor.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be
executed on the day and year first above written.
Countersigned: CITY OF CLEARWATER, FLORIDA
Frank Hibbard
Mayor
Assistant City Attorney
By:
u1iiC,:,,B Uw,
William B. Horne II
City Manager
Attest:
fpr: Rosemarie Call
City Clerk
CLEARWATER T
By:
ING SE
CE, INC.
Sean C
President
rdn-r-Ja "-
Page 20 of 20
5.1 PRICING SHEET
Request for Proposals
#44-20, Vehicle Towing Services
Exhibit A — PRICING REVISED
The following RFP pricing must be completed by the Vendor and will be used for services
provided to Fleet Maintenance in accordance with this Contract. The listing is by no
means a guarantee that the services will be required.
Item
No.
Description
Class "A"
Wrecker
Unit Price
Class "B"
Wrecker
Unit Price
Class "C"
Wrecker
Unit Price
Class "D"
Wrecker
Unit Price
Service Unit
1
Towing Service
Base Charge
$35.00
$75.00
$95.00
$150.00
Per tow
2
Use of Dolly in tow service
$0.00
$0.00
$0.00
$ 0.00
Per tow
3
Use of Flatbed in tow
service
$0.00
$0.00
$0.00
$ 0.00
Per tow
4
Road Service
$35.00
$35.00
$35.00
$ 35.00
Per call
5
Recovery
$35.00
$50.00
$50.00
$ 50.00
Per call
6
Truck Time w/Driver
$35.00
$35.00
$75.00
$75.00
Per hour
7
Extra mileage outside
Clearwater city limits
$ 2.00
$3.00
$4.00
$ 4.00
Per mile
Vendor CTS Towing + Transport
Date 07/23/2020
27
FOURTH EXTENSION TO VEHICLE TOWING SERVICE CONTRACT
THIS AGRT made and entered into on the. (-1 day of at., < u , 2020
by the City of Clearwater, Florida, a municipal corporation, hereinafter referred to as
the "City"', and Clearwater Towing, Inc., hereinafter referred to as "Contractor' is to
extend the current Vehicle Towing Service Contract entered into between the City
and Contractor.
WHEREAS, the City entered into a Vehicle Towing Service Contract with Contractor
for the towing and storage of vehicles and other services on September 6, 2016; and
WHEREAS, the Vehicle Towing Service Contract and all extensions expire
September 6, 2020; and
WHEREAS, the City and Contractor anticipate City Council approval of a new
towing service contract with an effective start date of October 1, 2020; and
WHEREAS, the City and Contractor agree to extend the Vehicle Towing Service
Contract for an additional 23 days from September 7 through September 30, 2020
to bridge the gap between the expiration of the Third Extension and effective start
date of the new contract term;
NOW THEREFORE, in consideration of the promises and the mutual covenants
contained in this Agreement, the Contractor and City hereby agree as follows:
The Vehicle Towing Service Contract between the City and Contractor is hereby
extended through September 30, 2020. All other terms and conditions of the
original Vehicle Towing Service Contract shall remain in effect.
Assistant City Attorney
CITY OF CLEARWATER, FLORIDA
WALIAtfe41444.47=e
William B. Home 11
City Manager
By:
Attest
Rosemarie Call
City Clerk
C
BY:
ner-J
President