VEHICLE TOWING SERVICE CONTRACT
I
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 B.J.'s Towing and Recovery, Inc., a
Florida corporation, whose address is 12895 Automobile Blvd.,
Clearwater, Florida 34622 (hereinafter, the "Contractor"), as of the
1st day of May, 1995.
WHEREAS, the city and the Contractor have agreed to the terms
ahd 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. Agreement. The City agrees to purchase
Contractor, and the Contractor shall furnish to the
services of towing and storage of vehicles and other services
pursuant to the terms and conditions of this contract.
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.
from
City,
the
the
1
I
I
3. Definitions.
(a) The term "city" means the City of Clearwater.
(b) The term "Contractor" means B.J.'s Towing and
Recovery, 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 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)
debris from
Department.
The Contractor shall also remove non-accident related
the public streets when requested by the Police
2
1
I
(c) During the declaration of a voluntary or mandatory
evacuation, the Contractor shall have available two (2) 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.
(d) 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.
(e) 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 which have been impounded under this contract
for thirty (30) days or longer.
3
I
I
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 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
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
4
I
I
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) A minimum of three (3) Class "A" wreckers (one of
which must be four-wheel drive), one (1) Class "C" wrecker, and one
(1) roll back 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
5
I
I
all other business, law enforcement and commercial requirements.
The city will be given preference on any call for service.
1. All equipment shall be operational and in good
mechanical condition and subject to inspection by the city. Service
equipment shall not be used by the Contractor as emergency vehicles.
All towing vehicles shall be equipped with two-way radios capable of
covering all territory within the city limits of Clearwater.
2. The Contractor shall meet all requirements of any
applicable State, city and county laws, ordinances and rules,
including all applicable licensing requirements.
(b) 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 proper safety chains.
6. The vehicle shall be equipment with dual rear wheels.
(c) Class "CIt Wrecker specifications.
1. The tow truck shall have a minimum manufacturer's
capacity of 25,000 pounds G.V.W.
2 . The boom capacity shall not be less than fifteen (15)
6
I
I
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 proper 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) Required Equipment 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 cutter
e. One (1) 5 pound C02 fire extinguisher (minimum)
7
I
I
f. One (1) heavy duty dolly capable of handling vehicles
and equipment according to wrecker class.
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 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 detective or other officer in charge, and
without regard to any fees owed by such person. The Contractor
8
I
I
shall not be responsible for any property seized or retained by the
Police Department.
11. Charges 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 wi thin the city of Clearwater
between the hours of 8:00 A.M. and 5:00 P.M.:
Regular Wrecker Pick-up - Class A $ 50.00
If Itdollylt required $ 25.00
Regular Wrecker Pick-up - Class C $ 90.00
2. Vehicle towing anywhere wi thin the city of Clearwater
between the hours of 5:00 P.M. and 8:00 A.M.:
If Itdolly" required
$ 60.00
$ 25.00
$100.00
Regular Wrecker Pick-up - Class A
Regular Wrecker pick-up - Class C
3. Vehicle towing, tow truck at scene over one (1) hour:
Each additional hour - Class C
$ 50.00
$ 75.00
Each additional hour - Class A
4. If more than one (1) wrecker is required to pick up
or remove a vehicle, each additional wrecker shall be charged per
hour, daytime or nighttime.
Additional Wrecker-Day Time or
Night Time Class A Per Hour
$ 50.00
Additional Wrecker-Day Time or
Night Time Class C Per Hour
$ 75.00
5. The storage fee shall not exceed $15.00 per day or a
fraction thereof, for inside storage, or $10.00 per day or a
9
I
I
fraction thereof for outside storage.
6. The rate for providing the services required by !
5(c) shall be at an hourly rate of $50.00 per vehicle regardless of
the hour of the day or the day of the week. The Contractor shall
charge no other fee to the City or to the disabled vehicular
driver/owner for providing the services required by ! 5(c).
(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.
(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.
10
I
I
(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 is returned to the
Contractor for disposal, that City shall not be liable for any
towing or storage fees in connection with the disposal of the
vehicle.
(h) Collection and Charges. The City shall not be
responsible for the collection or payment of any charges for
services rendered be; cause 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 (10) day period when the City is negligent in locating or
11
I
I
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. 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 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
12
I
I
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
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
13
I
I
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 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
14
I
I
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.
(l) 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 at the commercial rate of $35
per tow. 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.
15
I
I
(n) Seized vehicles which are returned to the Contractor
for disposal shall be treated in accordance with the provisions of
Section 932.7055, 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. 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.
14. Releasing of Vehicles. The Contractor agrees to release
any vehicle which has not been marked ItHoldlt, provided that proof of
identification and ownership is presented. The Contractor agrees
that any vehicle which is, marked "Holdlt 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 -or the impounding of the
vehicle.
16. Disclosure of Other Interest.
16
I
I
(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 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 writing 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.
17
I
I
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 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
recei ved 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. Posting of Prices. The Contractor shall prominently post
in each storage area a list of the charges set forth in this
18
I
I
contract. A schedule of approved charges shall be available upon
demand with each wrecker.
22. 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.
IN WITNESS WHEREOF, the parties hereto have caused this
instrument to be executed on the day and year first above written.
Approved as to form
a legal suffici ncy:
Surette
City Attorney
FLORIDA
Attest:
-
- -
" "
..... ,--
. J. Haworth, President
of B.J.'s Towing and
Recovery, Inc.
fi=,d'//
~ ~'1
, Secr&ta~y_ _" ,
~~ :" - -,-
-----.- ~ - .~-'
(C~P~~~ Se~'1:)
.- ~ -~ "- ',-,
- --,
19
I
I
APPENDIX A
INSURANCE REQUIREMENTS FOR BID NO.
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 coverage
contractor shall purchase and maintain Workers' compensation
insurance for Florida Workers' compensation obligations and
employers liability limits of at least $100,000 each accident and
$100,000 each employee/$500,000 policy limit for disease.
I
I
General. Garage. Garagekeepers. Automobile Liability coverage
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 Off ice. General 1 iabi 1 i ty , 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.
Fidelity/Dishonesty 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 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.
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
I
I
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.