Loading...
R97-098RESOLUTION NO. R97-~ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING THE ISSUANCE OF A CERTIFICATE OF QUALIFICATION TO MCALPINES TOWING; AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A TOW AGREEMENT WITH SAID CONTRACTOR; ADDING MCALPINES TOWING TO THE ROTATION SCHEDULE; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Commission at their April 2, 1997, meeting approved the Tow Service Agreement and authorized staff to proceed with advertising the Tow Service Agreement Request for Proposal (RFQ); and WHEREAS, proposals were received and~reviewed by staff, and the City Commission deems it to be in the best interests of the City to authorize issuance of a Certificate of Qualification to McAlpines Towing as a Qualified Tow Contractor and adding McAlpines Towing to the rotation schedule; and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The City Commission of the City of Boynton Beach, Florida does hereby authorize issuance of a Certificate of Qualification to McAlpines Towing, and authorizes the Mayor and City Clerk to execute the previously approved Tow Agreement with said Contractor, and adding the Contractor to the rotation schedule. Section 2. immediately upon passage. That this Resolution shall become effective ATTEST: PASSED AND ADOPTED this Ci[y Clerk /~ day of June, 1997. CITY OF BOYNTON BEACH, FLORIDA Vice Mayor Commissioner CITY OF BOYNTON BEACH TOWING SERVICES AGREEMENT 1997 AGREEMENT Revised 3/18/97 schedule. Section 2. That this Resolution shall become effect e immediately upon passage. PASSED AND ADOPTED this day of June, 1997. CITY OF BOYNTON BEACH, FLORIDA Mayor Vice Mayor Commissioner Commissioner ATTEST: Commissioner City Clerk (Corporate Seal) s:ca\wp'~Reso~gr\Tow Agreement McAlpines Towing AGREEMENT THIS IS AN AGREEMENT, dated the day of ,1997, between: THE CITY OF BOYNTON BEACH, FLORIDA, a municipal corporation, hereinafter referred to as "CITY" and CONTRACTOR". , hereinafter referred to as "TOW WITNESSETH: In consideration of the mutual terms and conditions, promises, covenants and payments hereinafter set forth, CITY and TOW CONTRACTOR agree as follows: 1. SPECIAL TERMS AND CONDITIONS 1.1 RATES. The rates herein have previously been established and approved by the Boynton Beach City Commission and will remain firm and fixed for the term of this Agreement. The rates charges by TOW CONTRACTOR to provide all labor, tools, materials, and equipment shall not be greater than the applicable maximum rates as provided by this Agreement. 1.11 APPROVED TOWING RATES - VEHICLES NOT OWNED OR LEASED BY CiTY These rates are the only rates that will be charged vehicle owners under this Agreement: Aw TOWING BY ITEM DESCRIPTION (1) Class A (cars, vans, light trucks under 10,000 GVW) within City limits; $75.00 per call (2) Motorcycles within the City limits; $75.00 per call (3) Towing outside the City limits for cars, vans, motorcycles, and light trucks 3/4 and less; an additional $2.00 per towed mile from the City limits 1997 Tow Contract.3\18\97 1 (4) (5) Class B (vehicles 10,000 to 30,000 GVVV) within the City limits; Towing outside the City limits for Class B vehicles; (6) (7) Class C vehicles (over 30,000 GVW) within City limits; Class C vehicles outside City limits; (8) -(9) Additional time at the scene after first hour, per 1/2 hour thereafter (applied to all vehicles, cars, vans, and trucks under and over 3/4 ton, for waiting and extra street clean-up. This provision shall not apply in conjunction with vehicle recovery under Section 1.2(C). Miscellaneous other charges 4 X 4/off-road vehicle recovery Tarp fee Lowboy service Outside the City limits Underwater recovery salvage divers 1997 Tow Contract,3\l 8\97 $125.00 per call an additional $4.00 per towed mile from the City limits $150.00 per call an additional $6.00 per towed mile from the City limits $30.00 per half hour $75.00 for the first hour, and $30.00 per haE hour thereafter $35.00 per call $120.00 per hour an additional $5.00 per towed mile from City limits $125.00 for first hour or part thereof, and $31.00 for each additional 1/4 hour or part thereof. (10) For purposes of this Agreement, when CONTRACTOR is entitled to additional charges based on time spent at the scene, unless otherwise specified, CONTRACTOR shall apportion the charge set forth herein to be consistent with the actual time 'spent on the scene. STORAGE AND LIEN NOTICE (1) Cars, vans, trucks under 3/4 ton Outside storage Inside storage $20.00 per day $25.00 per day (2) Trucks and vehicles over 3/4 ton Outside storage Inside storage $30.00 per day $35.00 per day (3) Motorcycles Outside istorage Inside storage $10.00 per day $15.00 per day (4) Boat and trailer (21 feet and under) Outside storage Inside storage $17.00 per day $22.00 per day (5) Boat and.trailer (over 21 feet) $30.00 per day (6) Lien notice (after 24 hours of storage) $30.00 per vehicle Per Florida Statutes, no storage fee shall be charged to the vehicle owner for a vehicle stored less than six (6) hours. "Per d'a¢ shall be defined as a twenty-four (24) hour period or any part thereof. (C) VEHICLE RECOVERY The following vehicle recovery fees may be charged to the vehicle owner when the vehicle is overturned, embedded in sand, mud, or water, or requires more than a single hook-up: (1) Class A,and B wrecker on the scene; 1997 Tow Contract.3\18\97 3 $60.00 per hour (2) Extra man (each) on the scene $35.00 per hour A vehicle recovery fee shall not be charged to the vehicle owner in conjunction with Section 1.11 (A) of this Agreement. (D,) FOr such as assisted start and over 3/4 ton, a road le vehicle owner for services ing a door, delivering gas, tire changes, etc. 1.12 APPROVED. TOWING RATES - CITY OWNED OR CITY LEASED VEHICLES A. All CITY owned or CITY leased vehicles under the 3/4 ton Class "A" wrecker will be towed at fifty (50%)percent the Class "A" rate, as indicated in Section 1.11 of this Agreement. All CITY owned or CITY leased vehicles :under 3/4 ton requiring road service as indicated in Section 1.11 of this Agreement will receive such services at fifty (50%) percent of the road service rate. Ail vehicles towed at the request of the Boynton Beach Police department as a crime scene vehicle, confiscated vehicle, forfeited vehicle, or in any other way related to police business will be towed at fifty (50%) percent of the contract rate and will be stored for fifty (50%) percent of the contract storage rate as stated in Section ~1.11 of this Agreement. All CITY owned or CITY leased vehicles towed under Class "B" or Class "C" will be towed at fifty (50%) percent of the appropriate Class "B" or "C" rate as set forth in Section 1.11 of this Agreement. All vehicles towed at the request of Code Enforcement, or any other department of CITY in connection to City business, shall be towed at fifty (50%) percent of the contract rate and Will be stored at fifty (50%) percent of the contract rate, as set forth in Section 1.11 of this Agreement. F. City shall not be assessed any waiting time charges, whatsoever. 1.15 SPECIAL AND ADDITIONAL CHARGES A. WAITING TIME. The cost for waiting time shall not be assessed by TOW CONTRACTOR until sixty (60) minutes after arrival at the scene. B. LABOR CHARGES. The cost for labOr under any circumstances and when applicable shall not be asSessed by TOW CONTRACTOR until sixty (60) minutes have expired after arrival at the scene. Labor charge must be 1997 Tow Contract.3\18\97 4 clearly shown on the tow receipt with a written explanation of the labor charge. Co LABOR CHARGES PROHIBITED. The cost for labor shall not be sssessed to CITY or Customer under any circumstances for the clean-up and removal =of vehicle parts and debris, regardless of the labor and time necessary to complete clean-up and removal. SERVICE CALL. TOW CONTRACTOR agrees that the mere response to a service call scene without other action does not constitute a service for which charges may be assessed to the vehicle owner. DOCUMENTATION OF SPECIAL AND ADDITIONAL CHARGES. TOW CONTRACTOR will document in detail on the tow receipt the reason(s) for waiting time charges and the work performed for assessed labor charges, iTOW CONTRACTOR agrees that the :special or additional charges may be disputed .by CITY officials and/or the vehicle owner or representative. TOW CONTRACTOR further agrees that the City Manager or his/her designee will make the final determination on the ,pecial and additional charge, and that TOW CON' II ~abide by the decision of the City Manager or his/her designee. 1,2 CONSIDERATION FOR AWARD AND AWARD PROCEDURES A. A certificate of qualification shall be granted to the best responsible .applicants meeting the specifications set forth herein, which serve the best interests of the CITY based upon the following criteria: the ability of the applicant to provide the required services with regard to the extent and condition of equipment and facilities, record keeping: procedures, competency of staff, financial support; and exceptions taken to contract terms, conditions and specifications; experience, qualifications, training and past performance of each proposed towing company's owners and officers, and persons directly involved in managing the' service on a regular basis;' 1997 Tow Contract.3\l 8\97 substantiated complaints received by CITY or Palm Beach County Consumer Affairs concerning misconduct on the part of the proposed towing company, such as excessive charges, poor business practices, damage to vehicles, extensive involvement in litigation will be considered and shall weigh heavily against each applicant. Evaluation of applications will be conducted by: a'committee of City staff who shall evaluate ali responsive applications received from applicants meeting or exceeding the contract specifications based upon the information and references contained in the applications. The committee record kee company recomme tow over his/her pon its deliberations and 1.3 ELIGIBIL;ITY. A. To be eligible to res in OI within TOW ;CONTRACTOR shaft be ill,time basis in Palm .and shallbe-able to ce in similar services ~ri of which must have been TOW CONTRACTOR shall have satisfactory financial support, required equipment and organization Sufficient to ensure that TOW CONTRACTOR can satisfactorily execute the services, if granted a contract, under the terms and conditions stated herein. In the event litigation arises out of the CITY's failure to select a particular applicant, damages, if any, shall be. limited to actual preparation costs incurred by the challenging party. The terms "equipment" and "organization" as used herein shall be construed to mean a fully equipped, and well established company as determined, approved or ratified by the Boynton Beach City Commission. compliance with the terms of this such at all times during the CONTRACTOR agrees that it selected, fulfill and and requirements of the C State of. Florida, the United 1997 Tow Contract. 3\18\97 6 TOW CONTRACTOR shaft:have an office and storage facility within the city limits of the City of Boynton Beach at the time the proposal is submitted for CITY's review. The storage facility shall be in full shall be maintained as of this Agreement. TOW its sole cost and expense, if ordinances, codes, regulations Palm Beach County, the --- and any and all governmental agencies having urisdiction over the providing of services as contemplated in this Agreement. TOW CONTRACTOR must maintain at all times during the term of this Agreement a Palm Beach County Towing License required pursuant to Palm Beach County Ordinance 94-2. Proof of said license shall be submitted prior to the approval of this Agreement. TOW CONTRACTOR shall be licensed to do business in the City of Boynton Beach pursuant to Chapter 13 of the Boynton Beach Code of Ordinances. At all times during the term of this Agreement, TOW CONTRACTOR, its subsidiaries, agents, employees or representatives shall only appear on the rotation list once. Under no circumstances shall a Tow Contractor who has a business, financial or legal relationship with another Tow Contractor be permitted to have more than one place on the rotation list. 1.4 APPLICATION REQUIREMENTS. All applications shall be submitted as specified on the application pages. Any attachments must be clearly identified. To be considered, the application must respond to all parts of the RFP. Any other information thought to be relevant, but not applicable to the enumerated categories, should be provided as an appendix to the proposal. If publications are supplied by an applicant to respond to a requirement, the response should include a reference to the document number and page number. This will provide a quick reference for the evaluators of the application. Applications failing to provide this reference will be considered to have no reference material included in the additional documents. ALL SUBMITTED MATERIALS BY PROPOSED TOW CONTRACTORS MUST BE TYPED. NO HANDWRITTEN MATERIALS WILL BE ACCEPTED. ANY HANDWRITTEN APPLICATIONS THAT ARE RECEIVED WILL BE AUTOMATICALLY DISQUALIFIED AND WILL NOT BE CONSIDERED. 1.5 GENERAL SPECIFICATIONS. A. TOW CONTRACTOR shall maintain and have available at all times for inspection by authorized CITY personnel, detailed records of all services rendered relative to the subject Agreement. B. TOW CONTRACTOR shall fumish towing service for the removal of vehicles within the City of Boynton Beach when required and when dispatched or required by the City of Boynton Beach Police Department 1997 Tow ContracL3\l 8\97 7 (or other CITY authorized representative in the case of city-owned or city leased vehicles). Such services shall be made available on a twenty-four (24) hour basis. Ci~ shall be given preference only for calls by the Police Department. City for; sai minimum requirements set:forth in this Agreement. space within the I;ities shall meet the Do At an acCident scene, TOW CONTRACTOR shall remove from the street and surrounding area all broken glass and Other debris resulting from the accident. Eo CITY:shall have: the right to cancel 'a request for tow company service up until the time that a wrecker is hooked: onto a vehicle and ready for transport to the-storage facility. 1.6 SPECIFICATIONS FO R WRECKERS. The CITY agrees to maintain three (3) wrecker rotation lists, as follows: 1. Class "A"FB" LiSt; 2. Class "C" List; and 3. Code Enforcement List (mandatory for all Class "A"/"B" tow contractors). TOW CONTRACTOR must own, lease (first-party) and be in possession, or mortgage and have .immediate access to two (2) CLASS "A" TOWING/RECOVERY VEHICLES with the following specifications: Small wreckers with a minimum four (4) ton capacity, with a minimum GVW rating of 10,000 pounds and equipped with a cradle, or tow plat, or sling, and safety chains. 2. Boom capacity greater than or equal to four (4) tons. 3. Power winch with a pulling capacity of at least four (4) tons. At least One hundred (100) feet of 3/8-inch thick (or greater) cable with an end hook. 1997 Tow Contract.3\18\97 5. One of the required Class 'W' wreckers must be a flatbed truck roll back or slide-back, with a minimum four (4) ton capacity, a minimum GVW rating of at least 10,000 pounds to 14,000 pounds, with at least (4) ton winch pulling capacity, a fiat bed at least 17 to 19 feet in length, and at least fifty (50) feet of 318 inch cable. 8 TOW CONTRACTOR must own, lease (first-party) and be in possession, or mortgage and have immediate access to at least one (1) CLASS "B" TOWING/RECOVERY VEHICLE, wheel lift is mounted on a chassis 25,000 pound to 30,000 pound GVVVR and equipped with a minimum of two (2) 15,000 pound winches and the boom a 16 to 20 tons, or flatbed or slideback that is mounted .on a 20,000 to 23,000 pound GVVVR chassis and equipped with an 8,000 to 10,000 pound winch. Should TOW CONTRACTOR desire to be placed on the Class "C" wrecker rotation list, TOW CONTRACTOR must own, lease (first-party) and be in possession, or mortgage and have immediate access to at least one (1) CLASS "C" TOWING/RECOVERY VEHICLE with the following specifications: Large wrecker with at least twenty-five (25) ton capacity, a GVW rating of at least 25,000 pounds, a cradle or tow plat or sling, and safety chains or wheel lift capability. 2. An extendible boom with a capacity of at least fifteen (15) tons; A twin power winch with a pulling capacity of at least twenty-five (25) tons. 4. At least Two hundred (200) feet of 5/8 inCh thick cable. 5. Air brakes with an auxiliary air supply. Class "C" TOW CONTRACTORS must have the ability to tow an aerial fire truck that is approximately 64,000 pounds GVW, and any sanitation truck. Eo TOW CONTRACTOR must be able to tow a motorcycle on a flatbed tow truck. EACH AND EVERY tow truck or recovery vehicle must be outfitted with t.he following supplies and equipment: Operating clearance and marker lights, as well as any other equipment required by Florida Statutes, or any other laws or codes governing tow and recovery vehicles; 2. There shall be a rotor beam or strobe light, that is amber in color and mounted on the wrecker in such a manner that it can be seen 1997 Tow Contract.3\ 18\97 9 5. 6. 7. 8. from the front, rear and sides of the vehicle; One (1) heavy-duty push broom; A flood light on the hoist; One (1) flat-nose shovel; One (1) ax; One (1) crowbar; At least one (1), five (5) pound Carbon dioxide fire extinguisher with a current inspection tag. The fire extinguisher must be an approved type; 9, ~,~,.~.~,?~ne (1) pair of bolt cutters; 10. One (1) set of jumper cables; 1 1. One (1) four-wait lug wrench; 12. One (1) high-intensity flashlight; 13. One (1) set of red highway reflectors; 14. Five (5) thirty minute flares; 15. 16. Each wrecker and tow vehicle shall contain a telephone or radio communications system to enable continuous direct contact between the driver and the office of TOW CONTRACTOR; and Each vehicle shall be specifically designed, constructed and equipped for the towing of vehicles, and ~shail at all times, be properly maintained in a mechanically safe condition. To be awarded and to maintain a certificate of qualification, a class ,A"/"B" TOW CONTRACTOR shall have in operational condition at the time the certificate of qualification is awarded and for the duration of this agreement at least two (2) Class "A" wreckers, and one (1) Class wrecker. H. TOW CONTRACTOR shall have available at all times, sufficient equipment to perform all services required herein on a timely and 1997 Tow Contract.3\18\97 l0 responsible basis. TOW CONTRACTOR shall notify CITY in the event any of the required equipment, as set forth in this Agreement, is inoperable, sold, levied upon, repossessed or attached. 1.7 STANDARDS OF CONDUCT FOR TOW CONTRACTORS. A TOW CONTRACTOR shall comply with all laws, rules and regulations of any governmental agency having jurisdiction in the premises, including but not limited to, licensing and minimum safety requirements. TOW CONTRACTOR shall be the holder of a general towing and wrecker service license issued by Palm Beach county and shall be the holder or any licenses required by Florida law and the City of Boynton Beach. Each wrecker: shall be manned by a driver who must meet the following qualifications: Possesses a valid State of Florida required Commercial Drivers License (CDL); Possess knowledge of the layout of streets and roadways within the City of.Boynton Beach; and Be physically qualified to perform the normal and everyday tasks required of a tow truck operator. Do TOW CONTRACTOR shall ensure that each driver operates the company's equipment in a safe and proper manner in accordance with operating manuals and Florida Statutes. Upon receipt of a complaint from the City of Boynton Beach Police Department on a driver's unsafe, unlawful or improper operation, documented corrective action must be taken by TOW CONTRACTOR. 1.8 STORAGE FACILITIES. TOW CONTRACTOR shall maintain a storage facility for all impounded vehicles. There shall be an outside, enclosed area and an inside storage area. All facilities shall be located within the city limits and be owned or leased by TOW CONTRACTOR. TOW CONTRACTOR'S storage facilities cannot be relocated without written consent from CITY. ShoUld TOW CONTRACTOR relocate without obtaining said consent, the relocation shall constitute a breach of this Tow Agreement. !. OFFICE FACILITIES. It shall be the duty of TOW CONTRACTOR to maintain office facilities: a. to include telephone and restroom facilities, and a work area 1997 Tow Contrac[3\18\97 l I containing, for example, a desk, phone, facsimile machine, computer~ etc.; with a physical plant having the name of the company and the mailing address and' 24~hour phone number clearly painted; that are accessible to CITY officials at-anytime, 24 hours a day, 7 days a week; and that maintains a manned radio communication system at all times, 24 hours per day, 7 days a week. TOW CONTRACTOR shall not utilize any phone answering services(s), as said services are strictly prohibited under the terms of this Agreement, and use of suCh services shall constitute a breach thereof. OUTSIDE STORAGE a. Outside storage shall be kept and maintainecl to provide for the removal of junk, tires, and auto parts; the regular trimming of all shrubbery, bushes, trees and grass areas (along fence line and on property); and adequate drainage to prevent standing water. Outside storage areas must be protected by an enclosed solid wall or a substantial wire fence not less than six (6) feet in height, the top of such a fence or wall, including all gates, doors, or roofed open areas shall be equipped with not less than twelve (12) inches of barbed wire installed-in such a manner as to discourage access over the top of such a fence or wall. All fences and walls shall be maintained in good repair throughout the term of this Agreement. Any damage to such walls or fences shall be repaired within twenty-four (24) hours of its occurrence. The area must have a vehicle storage capacity of at least twenty- five (25) vehicles. This storage will predominantly be utilized for accident tows, designated "HOLD," confiscated, and evidence vehicles. A secondary storage area may be located within a ten (10) mile radius of the City of Boynton Beach, and may be -utilized for Code Enforcement-related tows. 3. INSIDE STORAGE. TOW CONTRACTOR shall be capable of storing up to three (3) vehicles in inside storage, and shall maintain at least one (1) inside storage space that shall meet the follOwing specifications: a. a working area of 9' X 20' per vehicle with at least an eight (8') foot 1997 Tow Contract.3\ 18\97 12 high ceiling; a paved floor (i.e. concrete, asphalt) that is free from dirt, standing water and vegetation; an electrical lighting source sufficient to :permit processing of a vehicle; and d. one (1) outside window or a ventilation system. CRIME SCENE, CONFISCATED, SPECIAL "HOLD" STORAGE a. Any vehicle towed or stored as a result of the marked "HOLD" relative to a crime scene investigation shall be handled with gloves (i.e. cloth, rubber or leather) by the wrecker operator. Crime scene vehicles shall be stored to prevent physical contamination or degradable evidence from deteriorating, and by inside storage. If inside storage is not available, CONTRACTOR shall surrender the tow and fee to the next Contractor in rotation. This shall not prevent CITY from removing the vehicle or trailer and storing it at a City-owned or controlled facility or at another Tow Contractor's storage compound. If laboratory work on a crime scene vehicle is required and the vehicle must be processed at the City of Boynton Beach Police Headquarters, the crime scene vehicle shall be transported to the City-designated location. Vehicles which have been marked "HOLD" by the Police Department shall be stored at such compound for whatever period of time necessary, in order, to properly process the vehicle and conduct any investigation necessary. so Confiscated vehicles or vehicles involved in litigation shall be protected from the, elements, preferably at an inside storage facility, as to main!ain the vehicle in its condition at the time of towing. This shall not prevent CITY from removing the vehiCle and storing the vehicle at a City owned or controlled facility or at another T°w Contractor's facility. f. City of Boynton Beach Police Department Personnel shall be permitted access to all such vehicles at all times. 2.0 PERFORMANCE PROBATION PERIOD. ! 997 Tow Contract~3\l 8\97 13 A contractor awarded a Certificate of Qualification will be subject to a three (3)month probationary period. During this time, the contractor's performance will be evaluated by City staff. If TOW CONTRACTOR'S performance fails to meet the standards set forth in this Agreement, the City Commission may, upon the recommendation of City staff, by written ~ the Certificate of Qual the shOUld the City Commission reVoke a Certificate of Qualification within the three (3) month probationary period, another Certificate of Qualification may be awarded to an eligible company as determined by the City Commission. 2.5 ROLE OF CITY MANAGER AS TO PENALTIES. The City Manager for CITY shall have the power to formally reprimand TOW CONTRACTOR, suspend the Certificate of Qualification, suspend activities of TOW CONTRACTOR under the terms of this Agreement, recommend to the City Commission revocation of the Certificate of Qualification, and recommend to the City Commission that this Agreement with TOW CONTRACTOR be terminated. 2.'1 FORMAL REPRIMAND. Upon review of materials provided to him/her by City staff, the City Manager may issue a written reprimand to TOW CONTRACTOR for any act or omission, which in his/her sole discretion, is deemed to be a violation of this Agreement. A written reprimand for an act or omission in violation of the terms of this Agreement shall be grounds for recommending termination of the Certificate of Qualification should the City Manager deem such action to be appropriate under the circumstances. 2.2 REVOCATION. In the event any criteria for qualification established by this Agreement and Resolution R97, are violated by a Certificate Holder (TOW CONTRACTOR), CITY may serve written notice upon Certificate Holder of the recommended revocation of the Certificate of Qualification and/or termination of the Agreement. However, any and all liabilities of TOW CONTRACTOR and the surety for acts, omissions, or violations occurring prior to the date of cancellation shall not be affected, waiVed or otherwise as a result of the cancellation. In the event City Manager for CITY recommends revocation of the Certificate of Qualification and/or termination of the Agreement with TOW CONTRACTOR, 1997 Tow Contract.3\18\97 14 such a recommendation shall be considered by the City Commission for CITY. 2.3 COMPLAINTS AGAINST TOW CONTRACTOR. TOW CONTRACTOR hereby agrees that any complaints received by CITY concerning the performance of TOW CONTRACTOR'S duties under this Agreement and otherwise shall be referred to the City Manager of the City of Boynton Beach. The failure of TOW CONTRACTOR to follow any subSequent reasonable instruction of the City Manager regarding any complaint will be considered a material breach of this Agreement and the awarded Certificate of Qualification, and shall be cause for termination thereof. 2.4 REPUTABILITY. La lity shall be cause for revocation of a Certificate of Qualification an( but not be limited to the following: Misstatements concerning the conviction of any officer, employee or agent convicted of any felony when that person's civil rights have not been restored; Retaining any officer, employee or agent convicted of any felony when that person's civil rights have not been restored; Retaining any officer, employee or agent convicted of any felony or first degree misdemeanor directly related to the business and/or operation of a wrecker, when that person's civil rights have not been restored. For the purpose of this Agreement, any offense involving perjury, false statement or theft shall be considered to be directly related to the business operation of a wrecker. Retaining any officer, employee or agent convicted of the offense of driving under the influence of alcohol or any other controlled substance to the extent that normal faculties are impaired; of the offense of driving a vehicle and having an unlawful blood alcohol level; or of any other criminal traffic offense. 2.5 1997 Tow Contract.3\li8\97 SUSPENSION Should'at any time during the term of this Agreement, including during any option terms, the tow company be in violation of any of the terms and conditions of this Agreement, the City Manager or his or her designated agent shall have the right to suspend the company until the violation is resolved to the satisfaction of City staff. If the violation is not promptly resolved or is of such a serious nature that the City Manager determines that suspension is inadequate, the City Manager reserves the right to recommend to the City Commission revocation of the Certificate of Qualification and termination of this Agreement with TOW CONTRACTOR for cause. Should at any time during the term of this Agreement, including during any option terms, TOW CONTRACTOR or its principals become the subject of a criminal investigation, the City Manager shall have the' right to suspend TOW CON of any CON Com~ Agreement ~sion of a inst TOW the State, of the TOW 2.6 COMMERCIALLY MANUFACTURED EQUIPMENT. A. and Cl~ .or its designee. ,owned, leased, or , manufactured ;in or be approved by Bo utilized by TOW condition at all times, Co Each tow truck, recovery vehicle, and all equipment is subject to inspection by CITY or its designee at all times during the term of this Agreement. No vehicle of TOW CONTRACTOR shall be used as an emergency vehicle, except When the circumstances justify the use of the vehicle in that manner. (i.e. flashing lights are to be used only when necessary). 2.7 MARKINGS, TOW CONTRACTOR agrees to have no markings on vehicles, buildings, or correspondence that indicates or tends to indicate any official relationship between TOW CONTRACTOR and the City of Boynton Beach. 2.8 SITE CLEAN-UP. TOW CONTRACTOR shall, at no cost to CITY, the public or the owner of the towed vehicle .or trailer, promptly remove all debris from the public street, 1997 Tow ContracL3\ 18\97 16 2.9 3.0 sidewalks, parks, and property of CITY; and shall remove the same to a proper place for disposal' if the accident scene is, will or has been served by TOW CONTRACTOR, its agents or employees. The owner of the vehicle or trailer towed may be charged pursuant to the rate schedules set forth in this Agreement for the clean-up of hazardous wastes, chemicals, construction debris and spilled loads. EMPLOYEES. TOW CONTRACTOR agrees to maintain, and upon request, provide to the city of Boynton Beach Police Department the following information on all officers, employees, agents and servants, and to be responsible for keeping the information accurate and current: name, address, date of birth, driver's license number, social security number, and photograph. TOW CONTRACTOR agrees that the owner(s).of the company or the officers of the company, if a corporation, shall be personally responsible for the acts of their employees, while said emploYees areon~uty: TOW CONTRACTOR further acknowledges and agrees to notify: its employees that CITY may run drivers license histories on any driver at any time with or without cause. TWO OR MORE APPLICATIONS UNDER DIFFERENT NAMES RECEIVED FROM ONE PROPOSER. If more than one application i~s submitted by any one proposer, by or in the name of his or their clerk, partner, or other persons, and it is deter,mined by CITY staff that such applicant is under single, identical, or substantially the same ownership, all such applications will be rejected. If the above described dual ownership is not revealed until the contract term begun, said action sh. ali constitute grounds for revocation of the Qualification and termination of this Agreement with TOW C~ 3.1 RESPONSE TIME. A. TOW CONTRACTOR shall, at the request of the CITY Police Department or other CITY official requesting tow truck service at any time of the day or night, arrive at the scene with the appropriate equipment within the following time limit depending upon the vehicle class requested: CLASS A CLASS B CLASS C 30 minutes from request 30 minutes from request 45 minutes from request TOW CONTRACTOR assumes all liability in meeting the required class response time, including but not limited to, any and all damages resulting from traffic accidents an~ motor vehicle infraction fines occurring after the 1997 Tow Contract.3\! 8\97 17 response time limit has expired,. In the event TOW CONTRACTOR fails to respond i:n a timely manner, the department of CITY requesting the service shall document the untimeliness, and forward said writing to the Agreement Administrator. The following penalties shall apply should any to respond within the class res this Agreement: of i Penalty No penalty '~ Certified letter of warning ; 4th offense : 5th offense One (1} 6th offense and greateri Termination and qualification with CITY TOW CONTRACTOR may appeal a suspension of two (2) months or more to the City Commission, and if TOW CONTRACTOR can show by substantial and competent evidence that extenuating circumstances beyond TOW CONTRACTOR'S' control caused the failure to timely respond, the suspension may be lifted by the City commission. All appeals must be made in writing to the City Manager within thirty (30) days of the action, and shall fully ,set forth the basis for the appeal. Suspensions shall not be stayed during the any pending appeals. City Manager recommendation for termination of this agreement and revocation of the certificate of qualification under this section requires consideration and action by the City Commission. 3.2 SUBCONTRACTING. TOW CONTRACTOR shall not Subcontract its services to secure additional wreckers or storage space required under this Agreement. TOW CONTRACTOR must own, lease, or mortgage the vehicles; equipment and storage space required under this Agreement. 3.3 1997 Tow Contract,3\l 8\97 BENEFITS FROM REPAIRS. A. In the event TOW CONTRACTOR holding a certificate of qualification operates an automobile repair and/or automobile paint and body repair business, TOW CONTRACTOR shall provide written notification to the owner or representative of the owner of the vehicle towed under the 18 provisions of this Agreement, that there is no obligation to have any automobile, vehicle or trailer repairs and/or automobile, vehicle or trailer paint and body work done by TOW CONTRACTOR. TOW CONTRACTOR shall notify CITY in writing of any and all repairs completed on vehicles, automobiles, trucksi and trailers by TOW CONTRACTOR towing a vehicle under the provisions of this Agreement. The written notification to vehicle owner that there is no obligation to have TOW CONTRACTOR undertake any repairs to the vehicle shall be included. 3.4 INSURANCE: REQUIREMENTS. A. TOW CONTRACTOR'S liability insurance policies shall name the CITY as an additional insured. During the term of this Agreement, TOW CONTRACTOR shall have in effect insurance with thoSe limits specified in this Section. Copies of said insurance policy or certificate of insurance must be furnished to CITY's Purchasing Department and Risk Management Department immediately after approval of Agreement by the City Commission. CITY may request proof of insurance or the name and phone number of insurer at any time during the term of the Agreement, and TOW CONTRACTOR must resPond with said proof of insurance within five (5) days of the request. Failure to provide the proof of insurance required in this section or the name and phone number of insurer as requested shall result in automatic suspension of .the certificate of qualification and may be grounds for termination of this Agreement with TOW CONTRACTOR. TOW. CONTRACTOR shall supply CITY with a Certificate of Insurance for the coverages and limits as shown in this Section. A thirty (30) day cancellation clause in favor of CITY shall be included in the Policy and the Certificate. TOW CONTRACTOR, at its own cost and-expense, shall keep in force at all times, and shall maintain the following during the terms of this Agreement: Comprehensive General Liability Insurance with minimum limits of coverage of Five Hundred Thousand ($500,000.00) Dollars per incident Combined Single Limit for Bodily Injury Liability and Property Damage Liability. 2. Automobile Liability Insurance coverage in the minimum amount of Three Hundred ThouSand ($300,000.00) Dollars per person/per 1997 Tow Contract.3\18\97 19 incident and property damage coverage of One Hundred Thousand ($100,000.00) Dollars per incident, Garage Keeper's Legal Liability Insurance coverage in the minimum amount of SeventY-five Thousand ($75,000.00) Dollars to or stored from any loss or damag, or storage. TOW CONTRACTOR shall provide CITY with Certificate(s) of Insurance on all policies of insurance and renewals thereof in a form acceptable to CITY. Each policy shall provide that CITY is an additional insured, and that the CITY shall be notified by the. insurer in writing of any cancellation at least thirty (30)days prior to the effective date of cancellation. EaCh and every insurance policyr must acceptable to CITY's Risk authorized to do business in the State of Florida. lease six (6) monthS in duration. by companies qualified and All policies must be at Each TOW CONTRACTOR shall show proof of the insurance raquirad f--', under thi TOW this and by Cl~. to the issuance of a Certificate of Qualification. hall operation, under the term of proof of insurance, detailing terms ~ been received, reviewed, and approved TOW CONTRACTOR agrees to maintain, at its own cost and expense, worker's compensation coverage required by the State. 3.5 TOW CONTRACTOR'S LIABILITY. A. TOW CONTRACTOR shall be liable for any towed vehicle and property contained! therein. TOW CONTRACTOR or its employee, representative, or agent shall inventory all personal property contained in each vehicle towed. 3.6 1997 Tow Contract.3\ 18\97 B. The inventory shall be made in triplicate and' shall be signed-by the person composing it. One copy shall be given to the owner or person in possession of the vehicle, or shall be securely attached to the vehicle; one copy shall be forwarded to the Boynton Beach Police Department, and the final copy shall be retained by TOW CONTRACTOR. NON-LIABILITY OF CITY FOR TOWED VEHICLES. CITY shall not be responsible or liable in any manner whatsoever for either the collection or payment of any charges for services rendered, including towing and storage. 3.7 ACCESSIBILITY OF STORAGE FACILITIES. All storage areas shall be accessible at any time, day or night, seven days a week, and authorized personnel of TOW CONTRACTOR shall be available during such times to assure that the Obligations and services, including retrieval of stored vehicles by the Public, required of TOW CONTRACTOR are available and fulfilled. Accordingly, there shall be no "gate fees" charges to CITY or any individual(s) or entity retrieving a vehicle from storage. 3.8 PROTECTION OF VEHICLES AND PROPERTY. A. Vehicles and trailers stored in enclosed areas shall be stored under "lock and key." TOW CONTRACTOR shall protect all stored vehicles, and any evidence or personal property contained therein from theft and damage in accordance with all reasonable police department instructions and directives. TOW CONTRACTOR agrees to replace any such article(s) upon verification of the loss be the designated investigative agency representing the City of Boynton Beach or Palm Beach County. 3.9 INSPECTION OF FACILITIES. A. Storage facilities shall be subject to inspection and shall be approved by CITY prior to award of the Certificate of Qualification and the execution of this Agreement. Storage facilities shall be subject to pedodic inspections during the term of Agreement when deemed necessary by the City Manager's office or the CITY's Police Department. Notice of any deficiencies or violations of this Agreement discovered by CITY with respect to storage facilities shall be submitted to TOW CONTRACTOR in writing, and TOW CONTRACTOR shall remedy the same within ten (10) days of receipt of such notice. The Agreement may be terminated and the Certificate of Qualification revoked, or suspended at the option of the CITY. 3.10 RELEASES OF VEHICLES AND PERSONAL PROPERTY. A. TOW CONTRACTOR agrees to release any vehicle or trailer which has not been marked "HOLD." Any vehicle or trailer marked "HOLD" shall not be released without the prior written consent of the City of Boynton Beach Police Department. 997 Tow Contract,3\l 8\97 21 All persons applying for release of the vehicle or trailer from TOW CONTRACTOR shall present adequate proof of ownership or right to possession. FOW CONTRACTOR shall give a receipt and it ;] all charges related to the impounding of the Co we has trailer from (7) days a ~mentation Any vehicle or trailer declared to be abandoned, junk or constituting a nuisance may only be released under the authority of the Boynton Beach Police Department. Eo Any customer contacting TOW CONTRACTOR by telephone or otherwise prior to customer's arrival at the storage site shall, be advised of the following by TOW CONTRACTOR: 1. each and every document or other item needed to retdeve vehicle; 2. exact charges at the time of contact and any additional charges that may accumulate subsequent to contact and before retrieval; 3. acceptable methods of payment; and 4, the hours and days that the storage site is open for regular business, If all matters are in order, customer shall be returned to possession of the towed vehicle or trailer within thirty (30) minutes of the request. 4.0 PERSONAL PROPERTY LOSS. A. CITY shall not be responsible for any loss or damage to vehicles to trailers, to any personal property contained therein, or to any vehicle accessories, regardless of the cause of such damage or loss. TOW CONTRACTOR shall hold CITY harmless as to any claims, Suits or actions alleging such loss or damage. Personal property found in vehicles or trailers .that have been stored by TOW CONTRACTOR shall not be sold or disposed of in any way to defray any charges for storage or towing. B. TOW CONTRACTOR shall be held accountable for all personal property and vehicle accessories inventoried at the time the vehicle or trailer is 1997 Tow Contract,3\ 18\97 22 4.1 4.5 towed, while the vehicle is stored at TOW CONTRACTOR'S storage facility, and while TOW CONTRACTOR disposes of junk, abandoned and nuisance vehicles. TOW CONTRACTOR shall make restitution to owner for all such losses occurring by theft, fire, or other damage. DESTINATION OF TOWED VEHICLE: TOW CONTRACTOR shall not move any vehicle or trailer to any location (specified at time of tow) other than that designated by a CiTY Police Officer or other authorized CITY representative, or owner or person in possession of vehicle. ALL CITY owned or leased vehicles towed from a location within Palm Beach County shall be toWed, as requested to CITY property. Each and every vehicle towed i within :the city limits shall be towed to a storage facility within th ,nton Beach, Florida, and shall remain at that location for at least seven (7) days. RADIO COMMUNICATION. $.0 Ao C. D. E. All towing vehicles and wreckers must be equipped with two-way, radio or telephone communication. The range of the communication system shall, at a minimum, extend throughout the Boynton Beach city limits. Accordingly, the base station for the above equipment must be strong and powerful enough to provide city-wide coverage. A citizens band radio is insufficient to meet this requirement. Any radio, communication shall, at no time, be tuned into any police frequencies. Guidelines of the Federal Communication Commission (FCC) shall prevail. TOW CONTRACTOR shall, at all times, have a competent employee(s) manning the communication system. TOW CONTRACTOR shall provide a 24-hour emergency telephone number to be answered by a TOW-CONTRACTOR employee designated to respond tO emergency calls for service. This service is in addition to the communication system required in subsections 4.5(A)-(D) above, and is necessary so that TOW CONTRACTOR can provide timely and efficient service 24 hours a day, seven days a week. REPORTS AND RECORDKEEPING. A. TOW CONTRACTOR shall provide to the CITY Police Department weekly reports of vehicles and trailers towed at the request of the Police Department. The written reports will be designed and supplied by CITY and the following information shall be provided thereon: 1. · Name and owner of driver; 2. model-and make of vehicle or trailer; 1997 Tow Contract.3\ 18\97 23 3. license plate number; 4. vehicle identification number; 5. : time, .date and loCation of tow; 6. circumstances requiring tow; 7. whether or not a "HOLD" was placed on the vehicle by the .stc the the vehicle. Bo In additio CONTRACTOR shall nd detailed listing of all ~nded or stored for periods CITY. thirty (30) days from to the Police Department. Services r CITY owned or leased vehicles or trailers shall be logged NTRACTOR on .a monthly basis to the CITY Public Works: Director. All such logs shall .identify the vehicle or trailer toWedi the location from which~ it,Fas towed, and the hours and dates aPplicable to' TOW ;C0NTRACTo.,,R S services With respect to those ;service ticket' shall include the signature of the vehicles ( authorized approving towing of the ' vehicle or trailer. rOvide such information,time as a form is which then must be by TOW CONTRACTOR. TOW CONTRACTOR shall: maintain .at containing the following information: 1. 2. 3. its place of business records a vehicle on the premises; a monthly log of all 3y the Police Department; the. date, time and method of notification to the registered owner of the stored vehicle or trailer; and A daily log setting forth a list of all vehicles towed, as Well as information on ea~ Vehicle as required by Section 5.0(A) of this Agreement. E. INSPECTIONS. 1. TOW CONTRACTOR shall maintain and have available at all times for inspection by authorized CITY personnel, detailed records of all serviceS relative to this Agreement. 1997 Tow Contract.3\l 8\97 24 TOW CONTRACTOR shall make available for inspection by authorized CITY personnel the compounds and storage facilities required herein. In order to facilitate inspection and audits by authorized CITY personnel, records maintained by TOW CONTRACTOR relative to services provided under this Agreement shall be kept separate and apart from other company records. RECORDS RETENTION AND RIGHT TO ACCESS. TOW ,CONTRACTOR shall preserve and make available for inspection and/or removal for the purpose of copying, all financial records related to performance and billing under the terms of this Agreement, upon five (5) days Prior notice. All records shall be maintained ~or a period of three (3) years of this Agreement. If an audit has been initiated within period, but findings from the audit have not been resolved, the records shall be retained and maintained until resolution of audit findings. For monitoring purposes, TOW CONTRACTOR shall submit to CITY's Tow Agreement Monitor on a monthly basis a log sheet detailing each tow made by TOW CONTRACTOR during that . month, as well as the amount charged and service given for each tow. A copy of the invoice for each tow should accompany the monthly report. Failure to comply with the provisions and requirements of Section 5.0 of this Agreement shall result in suspension from the wrecker rotation until such time as TOW CONTRACTOR corrects such noncompliance. Should TOW CONTRAcToR fail to comply with any of the provisions of this section may, ~in the discretion of the City Manager, warrant recommending to the City Commission termination of the Certificate of Qualification and Agreemer~t with TOW CONTRACTOR. 5.1 CODE ENFORCEMENT CASES. A. When vehicles or trailers are towed from public property, including ~ght- te notification, TOW CONTRACTOR has the option of vehicle or keeping it safe for sale pursuant to Sections 7 1 715.05, Florida Statutes. Bo TOW CONTRACTOR must proceed in accordance with the provisions set forth in Sections 713.78 and 713.05, Florida Statutes. Any breach thereof shall constitute a breach of this Agreement. C. When vehicles or trailers are towed from private property after receiving the appropriate notification, TOW CONTRACTOR must store the vehicle 1997 Tow Contract.3\l 8\97 25 or trailer for a minimum period of thirty-five (35) days, after which time TOW CONTRACTOR has the option to destroy or sell the vehicle or trailer pursuant to Section 713.78, FlOrida Statutes. 5.2 NON-EXCLUSIVITY OiF SERVICES. A. The owner or rr corn ;hicle or trailer which has been incapacitated in any other a wrecker or tow ~icle does not ~nse time can be d of owing, and storage es to any ; acts or omissions. All vehicles and trailers towed under but not limited to the City's Department,~ Public Works governed by this section: the CITY, including Code Enforcement artment, shall be ,5.3 INDEMNIFICATION AND :HOLD HARMLESS CLAUSE. TOW CONTRACTOR indemnify and save CITY, its agents, employees, and claims, the or attorn administrative or l and against any and all arising dudng of TOW amage to property, 'and from all costs, lations, and any ~m and against all therein. TOW and police forth in this section, In the: event Agreement, the and ali costs and expenses arise from this }:reasonable attorney's fees 5.4 NON-DI TOW of this the 1997 Tow Contract.3\18\97 gion, gender, age, handicap. 26 ;that in the performance .permit discrimination on marital status, political affiliation, national origin, or otherwise with respect to its hiring practices and in the performance of the terms of this Agreement. 5;5 POSTING:AND PROVIDING CHARGES OF SERVICES. 1. TOW CONTRACTOR shall prominently post in a conspicuous location at its storage facilities and on its tow vehicles and wreckers, a list of charges, as set forth herein. A list of such charges shall also be printed and such charges shall be provided to the owner or person lawfully in possession of each vehicle and trailer towed by TOW CONTRACTOR. TOW CONTRACTOR shall not charge for any service that exceeds such posted or listed: amount,: nor shall TOW CONTRACTOR perform any service that is not delineated on such posted or listed schedule without giving the owner or person lawfully in possession a written estimate of the amount that will be due and payable upon ,completion of the unposted or unlisted service. 5.6 COMPLIANCE WITH LAWS. This Agreement shall be governed by all federal, state, and local laws, regulations, ordinances, and codes, as amended from time to time, and as set forth by any other regulatory agency, including but not limited to, any and all municipal codes, ordinances, or regulations which may govern CITY as a Florida municipal corporation. 5.7 NON-ASSIGNABILITY. The Certificate of Qualification shall not be assigned, sold or transferred in any manner whatsoever. 6.0 DISPOSAL OF VEHICLES. Should TOW CONTRACTOR, as a result of this Agreement, have in its possession any vehicle, trailer, or personal property from therein for a period in excess of ninety (90) days, and be ordered to relinquish such vehicle, trailer or personal property to the City of Boynton Beach Police Department, TOW CONTRACTOR agrees to do so with no additional charges to CITY, other than that specified in this Agreement. 6.5 MODIFICATION OF THIS AGREEMENT. No waiver or modification of this Agreement or any covenant, condition, provision, or limitation contained therein shall be valid absent the execution and approval of a written addendum executed by both parties. No evidence of any waiver or modification shall be offered or received into evidence in any proceeding, arbitration or litigation between the parties to this Agreement, unless such waiver or modification is duly executed as set forth in this Section. 1997 Tow Contract.3\18\97 27 6.6 7.0 ETHICS AND CONDUCT. TOW CONTRACTOR hereby agrees to conduct operations under this Agreement in a courteous, Orderly, ethical and businesslike manner. As it is recognized by both parties that this Agreement is sensitive in nature and requi ith the courtesies; A. Expedite release of vehicle in accordance with the terms of this B~ or g documents from the vehicle and any unattached personal politely the reason for the tow and all charges levied; and If a dispute occurs, TOW CONTRACTOR shall attempt to resolve the dispute promptly and politely. If it cannot be resolved satisfactorily, the dispute shall be reported, to. the City Manager's Office no later than the next business day. WRECKER ROTATION LIST PROCEDURE. A. Purpose. The purpose of the wrecker rotation is to have in place a for wrecker call-out on a per incident basis (except Code i. An index :card system is utilized and maintained by the s Communication DiVision. Procedure. 1. Card System. a. Index cards will be arranged in a three-card file system, as follows: i. Class "A" and "B" Wrecker Companies; ii. Class "C" Wrecker Companies; and ii. Code Enforcement Wrecker Companies (all Class "A"/"B" TOW CONTRACTORS required to participate). b. TOW CONTRACTORS will be filed in alphabetical order, according to corporate name. c. ^ TOW CONTRACTOR will be called in rotation order from the card file on a per incident basis: 2. Wrecker Response. --" a. If TOW CONTRACTOR is unable to respond to a call for ! 997 Tow Contract.3\18\97 28 Co service, TOW CONTRACTOR will be moved to the end of the list, thereby forfeiting that rotation. The CITY official, agent or employee on the scene requesting the wrecker or tow shall determine whether a wrecker remains on the top of the rotation list in the event of cancellation or other circumstances where the wrecker is not used. Said CITY official shall notify the Communications Division upon cancellation of the tow. The next tow.company in the rotation will be contacted in the event TOW .CONTRACTOR cannot be reached by the Cl~'s Communications Division or TOW CONTRACTOR has failed to respond within a reasonable time to a hazardous scene. The ,City official, agent or employee shall determine., based on'his sole discretion, whether the response tim ~sive. the CITY will reconcile logs on a daily basis, gather any reports of problems or incidents that were brought to the attention of the dispatch supervisor, shall forward the same to the Tow Agreement lin the CITY's Police Department. Rotation Tracking. a. A manual log will be. used by CITY to track all vehicle or trailer tows to include rotation wreckers. b. The log shail, contain the date and time of the tow, the tow company,' the CITY officer, agent or employee~ dispatch, case numberli remarks, and a computer check. c. Specific requests from the vehicle or trailer owner or person lawfully in possession will not be charged against the The ,request shall be logged as such by CITY in the If an owner's request cannot be honored for any reason whatsoever, a rotation wrecker will be contacted and so charged on the rotation schedule. .¸ Knowledge of Position ~on Rotation List. a. TOW CONTRACTOR is responsible for knowing its position on the wrecker rotation list. CITY will not provide this information over the telephone. b. The rotation list is .public record pursuant to Chapter 119, Florida Statutes, and is available for inspection, by appointment, dUring regular business hours. 8.0 CODE ENFORCEMENT TOWING PROCEDURE. A. Purpose.. Standard operating procedure-is ! 997 Tow Contract.3\ 18\97 29 to be utilized for the removal of vehicles or trailers deemed to be abandoned or wrecked as described in Section 10-52, City of= BoyntOn Beach Code of Ordinances. Procedure. 1. Tow List. ;a. on the I C. at the front desk of the CITY's and 20th day-of each returned to the front desk no mohth. will be noted :urrently licensed). ; status is not verified will rotation name of and accessible contact the Police Rotation. a. Wrecker companies shall rotate Code Enforcement tows on a monthly basiS. b. TOW CONTRACTOR is required to notify CITY's Code ;nt and the employee responsible for Jeast ten (10) days in advance of its month do tows, if said TOW CO unable to perform such tows as In, the event TOW CONTRACTOR is rm, it shall be moved to the end of the Code be subject to penalties as Co Ul provided in tow discretion failure to perform Code ~than two (2) months during any result in suspension from ALL of time as determined under the sole City Manager. CITY hereby procedure Agreement in an enforcement tows to modify the rotation schedule or tows under this section of the the procedure to place code or otherwise. 9.0 TERM OF AGREEMENT. This Agreement shall take effect as of the date the Agreement is ratified by Resolution of the City of Boynton Beach City ~Commission, and shall have a term 1997 Tow Contmct3\18\97 30 of one (1) year from that date. This Agreement shall be automatically renewed for two (2) additional one (1) year terms, unless either party provides written notice via certified mail to the other party within thirty (30) days of the end of the yearly term, that the Agreement shall be terminated at the end of the term. 9.1 IN DEPENDENT CONTRACTOR. This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that TOW CONTRACTOR is an independent contractor under this Agreement and not the CITY's employee for all purposes, including: but not limited to, the application of the Fair Labor Sta wage and overtime payments, Federal Insurance Security Act, the Federal Unemployment Tax Act, the p , the State Workers Compensation Act, law. TOW CONTRACTOR shall I the judgment of the manner and means of activities and responsibilities hereunder. agrees that it is a separate and independent enterprise from the CITY, that it haS full opportunity to find other business, that it has make its own investment in its business, and that it will utilize a high level of skill This Agreement shall not~ be .construed as and , including overtime premiums. ionship between the TOW .CONTRACTOR liable for any obligation incurred by TOW to unpaid minimum wages and/or 10.0 NOTICE. Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by certified United States mail, with return receipt requested, .addressed to t~e party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the TOW CONTRACTOR and the CITY designate the following as the respective places for giving of notice: CITY~ City Manager City of Boynton Beach P.O. Box 310 100 East Boynton Beach Boulevard Boynton Beach, Florida 33425-0310 TOW CONTRACTOR: 1997 Tow Contract.3\l 8\97 31 10.2 ~ BINDING AUTHORITY. Each person signing this Agreement on behalf of either party warrants that he or she has full of the individually on behalf :)arty 10.3 SEVERABILI~. If any th other which r i ;ment thereof to any person or unenforceable, the remainder of situations unenforceable and be 10.4 GOVERNING LAW. The and conditions of this Agreement shall be governed by and interp~ laws of the State of Florida. Venue for the purposes of any litigation arising out of this agreement shall be in Palm Beach County, FlOrida. 10.5 EXTENT OF AGREEMENT, This Agreement represents the entire and integrated agreement between CITY and TOWCONTRACTOR and suPersedes all prior negotiations, representations or agreements, either written or oral. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY BY: Mayor ATTEST: APPROVED AS TO FORM: City Clerk 1997 Tow Contmct.3\18\97 City Attorney 32 STATE OF FLORIDA COUNTY OF PALM BEACH BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared , and acknowledged he/she executed the foregoing Agreement for the use and purposes mentioned in it, and that the instrument is his/her act and deed. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid On this day of 1997. NOTARY PUBLIC My COmmission Expires: WITNESSES: TOW CONTRACTOR BY: STATE OF FLORIDA COUNTY OF PALM BEACH BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared , and acknowledged he/she executed the foregoing Agreement for the use and purposes mentioned in it, and that the instrument is his/her act and deed. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this day of 1997. NOTARY PUBLIC My Commission Expires: WPL'~GMT"°-ATowin~ A~reement 1997 Tow Contract,3\ 18\97 33